Loading...
HomeMy WebLinkAboutContract 53037Q FORTWORTH -, . PROJECT MANUAL FOR THE CONSTRUCTION OF CITY SECRE ARY CONTRACT NO.=- PARKER HENDERSON ROAD From Mansfield Highway (BUS. 287) to Kellis Street City Project No. 01419 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department Water Department Stormwater Department 2019 Bridgefarmer &a Associates, Inc. 2350 Valley View Lane Dallas, TX 75234 TBPE Registration No. 264 BERTON F. GUIDRY, JR 18........8.6......558..... 8. '.,....8G558,.,y .:. A1 ? ISLIONAL INTENTIONALLY LEFT BLANK 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 32 15 Construction Progress Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalifcation Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers` Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 71 23.01 Attachment A Survey staking Standards 01 74 23 Cleaning CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 FORTWORTH. City of F o rt Worth Standard Construction Specification Documents Adopted September 2011 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions 0241 13 Selective Site Demolition Division 99 - Special Technical Specifications 9999.0010 6" x 6" Cut -In Tee 9999.0020 12" x 12" Cut -In Tee & Gate Valve 9999,0030 Relocate Valve Assembly in TxT Vault 9999.0040 1" Water Service 9999.0050 Box for 1" Water Meter 9999.0060 Connect to Existing Water Meter 9999.0070 Relocate Existing Water Meter & Box 9999.0071 8" Concrete Pavement 9999.0080 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. 9999.0090 6'x10' PJB 9999.0100 10' Open Back Recessed Inlet 9999.0110 10' Curb & Grate Inlet Type 1 9999.0120 PW-1 for 2-3'x2' MBC 9999.0130 3/8" Steel Plate for SW Crossing 9999.0140 Remove & Relocate Mailbox 9999.0150 Remove & Relocate Bollard 9999.0160 Remove & Salvage Advance Warning System 9999.0170 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. 9999.0180 Concrete Curb (Dowel) 9999.0190 Mountable Curb and Gutter 9999.0200 Concrete Header 9999.0210 Retaining Wall (MSE) 9999.0220 Rip -Rap (RW Mow Strip)(4 in) 9999.0230 Rail (Handrail)(PRD-13 TY F) 9999.0240 Wheel Stop 9999.0250 Brick Wall w/ Pilasters 9999.0260 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. 9999.0270 Temporary 15" CMP 9999.0280 Temporary 18" CMP 9999.0290 LPCB Type 1, Furnish & InstaII 9999.0300 LPCB Type 2, Furnish & Install 9999.0310 Removable Paving Marking (W)4"(SLD) 9999.0320 Removable Paving Marking (Y)4"(SLD) CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 9999.0330 Removable Paving Marking (W)12°(SLD) 9999.0340 Orange Mesh Construction Perimeter Fence 9999.0350 Gravity Wall 9999.0360 PW Wall for 7-1 PxI P MBC 9999.0370 Interlocking Articulating Concrete Blocks 9999.0380 "Turf Reinforcement Mat 9999.0390 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: ht s:ll r j oint.buzzsaw.com/client/fortworth ov/Resources/02%2O- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 4 1 1—:3 SeIesti-ve Site Dernol tiers 02 41 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-ln-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete ,Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 33 Raceways and Boxes for Electrical Systems Division. 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 000000.4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 Division 32 - Exterior Improvements 3201 97 Pe .4r A s h It Paving Repai 3201 18 Temporary Asphalt Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses Cement Treated Base Gelffses 32 i i 33 32 12 16 Asphalt Paving Pc i Crack *s 32 i2733 32 13 13 ai& Asphalt -Seµ4a Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 �13 73 Concrete Paving Joint Sealants . 32 14 16-'--�iek 32 16 13 U11I't Pa-, ing Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division l 33 - Utilities 33 ll 33 01 31 Closed Circuit Television (CCTV) Inspection 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 0450 33 05 10 Cleaning e fSe Y.,r I:?uias Utility Trench Excavation, Embedment, and Backfll 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 1 7 : Plate 33 05z' 33 05 22 Tunnel f Steel Casing Pipe 33 0523 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 3305 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile iron Fittings CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1210 33 1211 33 1220 33 1221 33 1225 33 1230 33 1240 33 1250 33-12 60 33-31 1-3 Water Services 1-inch to 2-inch Large Water Meters Resilient Seated Gate Valve AMI rA Rubber- Se 4e B+Ate«fl„ tr.,yes Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants Water Sample Stations Standard Bl.,,,..,ffzT. l A. 8vciribly •,_,SanitarySeweTs Fiber-glass Ac'ir"rmfai=ccQ .7 Pipe for- Gravity -1 '- ra c T211 lo�5i+„ Polyethylene /T fop . Cow T;33 33 3]20 2r ALfA.pa 'Qoml1'+aA `,fDDer pipe 33 3i 2i er Polyviff! G14eride Gies d A Giaeity Sanitary SeweF Pipe 33 34 22 - 33 31 2;3 33 34 so (PVC) -file SanitaryS ewer- hifiing Sanitary Sewe Pipe >~ 1.,,.ge pA Sanitary Seiveff Semnd-eve G-emeetions Sefyir,6 Line 33 3 i 70 and Eembinat n-A i V l fn c Oar- c M i•Q 33 39 io 333920 33 39 30 33 3940 3341 10 ��, ii..�r_$cr`�v roa-r�cciacux7veeFcriereeirrecrris Cast in Pla-- Eene eke Manbole5 Preeast Cenerete les Fioerg4ass Nianheles - Wastewater AeeessC-hambef (W-Aq Reinforced Concrete Storm Sewer Pipe/Culverts. 33-46 00 33 4601 33 46 02 33 49 10 33 49 20 33 49 40 Su ge Matted-terM Dfai*S T-renah Drains Cast -in -Place Manholes and Junction Boxes Curb and Drop Inlets Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 34 41 14 Traffic Signals Temporary Tf46-c'riirs Removing Traffic c Signals 34 41 13 3441 15 Re4a--agalar-Rapid Flashing Beaeo Roadway Illumination Assemblies 34 41 20 34 41 30. Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements 1. High Sierra Electronics, Inc. quotation for removal of the City of Fort Worth's Advance Warning END OF SECTION CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 25, 2019 INTENTIONALLY LEFT BLANK City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, Septernbi�r 17, 2019 REFERENCE No.: M&C 10-0169 LOG NAME: 20PARKER-HENDERSON CONSTRUCTION SUBJECT: Augiorize Execution of Construction Contract witf7 McClendon C 011stFUchen Co., Ina :., In t h a AmaLjnt.af $7,664,922.85 for Paricer-Henderson Read from Business 287 to East Kel[is Street -and Adopt Appropriation Ordinances (COUNCIL DISTRICT 5) RECOMMENDATION. It is Feromi-nan dad that [he City CcuricII 1, Adopt the a#tauhed Appropriation Ordinance lncreosing the est mated receipts and appropriat[ons Irr the Water and Sewer Capital Projects Fund Ire the aaxroLint of 1,119r!502,0O from ava!Iabie funds; . Adopt the attached Appropriation Ordinance fnereasing appropriations In the 2018 Band Program Fund in 1:he amount of.$2,000,O00,00, from available tunds jn the 2018 Bond Program; and 3_ Authorize the execution of a seas#ruction contract with McClendon COnStFUCIGF1 GO- IM 41 the arr«ount of 37,664,922.85 far the cc n sh-liction of Parker -Henderson Road fro [business 287 to East Kell Is Street {City Project No, 01419}. Dt CUSSION' The 2008 Band Progfam allocated funds ; for the reconstrucborr of Parker-l-lenderson Road train Business 287 to David Strickland Road with the canstructinn of sidewalks from David tT-1ckland Road to East Kellis Street, and the 2018 Fond Program al[ocated finds for the construction of a new bridge at Prairie Clog Creek. The construction contract with McC l!entton Construction Co_, Inc. includes titre following irnprovpjnt.nts; • Water main replacernent • Pulverizatfoii and ovei lay of the exlsttng paVemerit from f ansfield Highway to Lifestyle C1rcle 1th drainage dlitches. driveway cu[verts, or other storm drain improvements within the. existing rlgh#-of-way: • FuII reconstructlirn of the Pafkar- Hen derson Raad from Lifestyle Circle to David Strickland Road with concrete pavement, streetilghts, and sidewalks; • [Multiple box cufver€s to replace the existing bridge on Parker-Hendorson Rc-aId over Prairie Dog Branch; cnstructfcfn of sidewalks en the wasi. side of Parker- hlendeman Road from David Strickland Road to East Dellis Street and an the ewst side of the rood from David id,-,kl;3nd Read to WiIow SpAigs Road with drainage ditchos, drive-way'eulvgrts, and storm drains within the existing right-ofryway. This contract was advedised for bid on May 23 and 30, 2019 In the Fart VVodh_ 1W_-_Te_Leg ra M, Cn July 18, 2019. the following bid was received; Bidders Amount McClendon Construction Co., Inc. 7,664,922.85 Staff has reviewed the: pricing and deterinined it to he simlikar to other recently bid tmnsportatforr prcjer-ts and recammend5 awarding the oon tract to Mr, ler�dnn Ccrrsiructlon Co,, IMc.. In additlon to the constr Ilion cbM shown ab vo, an acddltional arrrounl of $61Y3.; 00.00 (Water. V4,800M: TPW,, $558r400,00) Is required for proje t managenient, material testing, and Irrspectlnris and $353,177,15 (Wator' $46,74 .40; TM- $336,434.76) Is provided for project r0111ingencies. Ora:Or. Chatter Cnrm unications, and AT&T al-e currently relocating their facilities far this project, and corrs�ctiorl is oypected to begin in January 2020. IU(VVRE Of rrr,e: MnClendcn Construction Go., Inc., fs In compliance with the. City`s ME Ordlnarice by committing to 14% MBE particlpation on this project. The Oliy's MBE goal on this project Is 14M. This project ii� looMad in' LING1L DISTRICT 5, FISQALINFQH 1ATI0NI CERTIFI ATION: The 1)frector of Flnancre certlfrea that funds are avaIlahle fn the currant capital budget, as appropriated, of the 2008 and 2013 Bond Program; nerd that, prior to ex pend[lures being made, the participating department has the respa nsib Ili ty to validate the availabiliiy of furide, The Director of Finance certifies that Lipon approvaI of the above recommend atic3n and adapfinn of [he attached appropriation ordinances, fiends wiJI be available in the Fiscal Year 2019 capital bwdget, as approprWed, of the Wafer and Sewer Capital Projects Fund. The Fiscal Year 2019 Water and Sewer Operatfng Budget includes approprJations of $23,865,180,00 within the Water Operating Hudget for the purpose of providing Pay -As -you o funding for Water Capital Projects. lifter this transfer for Fiscal Year 2019. the balance will be $52,896.00, FUND IDENTIFIERS (FIDs); TO Frond Department Accoun Project ProgramACtivity Bridget Reference # Arrrount III ID Year (hartfield ) FROM Fund Department ccoun Project Progra7n Budget I Reference 4 Amoure ID ID Year (Oharlfield 2 CERTIFICATIONS: Submitted for CityManagers Offly� OrIgInatlrs Department Head. Additional Information Contact; ATTACH M-E t-T 17ana Butghdoil (81318) Steve Cane (5134) ,Jennifer Roberts ("47) 1. F: Compliance Merno - McClerldno CQ (CFw Intemal) 2:. ' 0 MAP. (FulAo 8. 20PARKER-HEhll]ER50N CONSTRUG11QI IN 56002A 19r;sl= {Fcrallc) 4. 20PARI{ER-HENUE&ON CONSTRUCTION 34018. AQ.10r.do c (NO16) S. McC. London Form 1295 8-5- 9_pdf (cFw Intunrj1} fa. UPQATED - 20PA13KER-HENDERSOI CONSTRUCTION Table 8-19L19.d x (U Memai) 000515-1 ADDENDA Page I of I I SECTION 00 0515 2 ADDENDUM NO. I 3 q PARKER--HENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: Juac 17, 2019 s New Bid Receipt Dates July 11, 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the I I original Contract Documents. Acknowledge receipt of this Addendum by sighing in the 12 space below and in the space provided in Section 0041 40. Bid Form, Page 3 of 3. Attach 13 this Addendlmn inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 16 1. SECTION 001113 e INVITATION TO BIRDERS: 17 RECEIPT OF BIDS (Page 1 of 2, Line 12): 18 Date is revised to: 'Thursday, July 11,2019. 19 20 21 22 23 24 25 26 27 28 29 30 31 2. SECTION 00 4100 -BID FORD: The spreadsheet version of the Bid Form is attached for your use. END OF SECTION RECEIPT ACKNOWLEDGED TRANSPORTATION Sc PUBLIC WORDS DEPARTMENT MCCLEN®ON CONST'M, INC Company: P.O. BOX 999 BURLESON, MAS 76097 - B Michael Weiss, P.E. Project Manager CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 INTENTIONALLY LEFT BLANK 000515-1 ADDENDA Page 1 of 2 1 SECTION 00 OS 15 2 ADDENDUM NO.2 3 4 PARKER E ENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: my 5, 2019 g Bid .Receipt Date: July 11 2019 9 20 This addendum forms part of the Contract Documents referenced above and modifies the 1 i original Contract'Documents. Acicaowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 16 17 1. The following modifications to the Plan Set are being made to include temporary 18 pavement for water line construction, grading and block wall modifications at the 19 creek crossing, park note modifications and tree replacement clarifications, and 20 protection of existing water lines at the park: 21 � 22 a) Delete Sheets 002, 010, 011, 012, 013, 014, 015, 016, 018, 038, 039, 048, 049, 23 070, 071, 072, 073, 074, 075, 088, 121, 139, 157, and 315; and replace these 24 sheets with the attached revised sheets. 25 b) Add sheet 049A. 26 27 2. The following modifications to Specifications are being made to replace outdated 28 sections with current sections, to allow alternates for construction of the MBC 29 culvert at the creek crossing, and to allow an alternate TCP at the creck crossing 30 to ensure that traffic flow is maintained at the crossing during school season: 31 32 a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. 33 b) Add the attached section 00 32 15 Construction Schedule. 34 c) Delete section 00 35 13. Replace with -the attached revised section 00 35 13. 35 d) Delete section 00 4100. Replace with the attached revised section 00 4100. 36 e) Delete section 00 42 43. Replace with the attached revised section 00 42 43. 37 f) Delete section 00 45 39. 38 g) Delete section 00 45 40. Replace with the attached revised section 00 45 40. 39 h) Delete section 00 45 41. 40 i) Delete section 00 52 43. Replace with the attached revised section 00 52 43. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProjwtWo- 01419 Revised Deeember20.2017 00 O5 15 - 2 AIJDFE WA Page 2 of 1 j) Add the attached section 01 1100 Summary of Wor1c z lc) Delete section 0132 16. 3 1) Delete section 99 99 00, Replace with the attached revised section 99 99 00. 4 5 6 END OF SECI`ION 7 s RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS 9 DEPARTMENT 10 11 `�- 12 B B 13 Go., INC, Y Michael Weiss, P.E. P, 0. 6 pX 999 14 Ca�rai Project Manager r 15 . CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION➢OCIIMENTS City Project No. 01419 Revised December 20, 2017 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUcnONS TO BIDDERS 3 1. Defined 'Perms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets •of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prune Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving -- Requirements document located at; 40 htt sill roject oint.bumaw.conVfortworth av/Resources/ 22%20- 41 VMConstructioe/MDoeument ,/Contractor%20Pre ualification/TPW%2oPayin 42%20ContractoO/MPrequalification%20Pro ram/PREQUALIFICATION o20REQ 43 UMIEM NTS%.20F DR%20PAV1NO%2000NTRACTORS.PDF? ubIic 44 45 3.1.2. Roadway and Pedestrian Lighting— Requirements document located at; 46 htt sill ro'ec oint.buzzsaw.com/fortworth ov/Resources/02%20- 47 %20Construction%20Dom ents/Contractor%20Pre ualification/TPW%20Roadwa 0/62ba 48 nd0/p20Pcdestrian%20Li tin r' Ire ualification%20Pro>��ain/STREET%2 LLTGHP/o20 49 PRE UAL%20RE NINTS. df? ublic 50 Pwker Henderson Road ciTY OF FORT WORTH City Project No. 01419 STANDARD CONSTRUCTION SPECIFICATION DOCUiv1ENTS Revised November 27, 2012 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer — Requirements document located at; 2 litt s:// rojeet oint.buzzsaw.com/fortworth ov/Resources/02%20- 3 %20Canstruction%2QDocuments/Contractor%2OPre ualification/Water%20and%2 4 OSanitar %2OScwer%2OContractor%2OPre ualificati6n%2OPro am/WSS%2Q re 5 dual%20re_quirements.doc?tp iblic 6 8 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 9 seven (7) calendar days .prior to Bid opening, the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 17 bidder(s) for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council, 27 28 3.4. In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 4.1.4.Omitted 50 51 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27.2012 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4. I.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data I I which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the 'Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and.solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Docuunents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section. 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27- 2012 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or I I any other data, interpretations, opinions or information. I2 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 2I etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive. Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and casements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications I I considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of port Worth 19 200 Texas Street 20 port Worth, TX 76102 21 Attn: Michael Weiss, P.E., Transportation and Public Works 22 Fax: 817-392-8092 23 Email: Michael.Weiss@fortworthtexas.gov 24 Phone: 817-392-8485 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 .City. 29 30 6.3. Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Documents. 31 32 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Sid Security 40 41 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0921 I3 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive relnedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 S. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in I accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. (liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation andlor Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5.00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeetNo. 01419 Revised November 27, 2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 - price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the I9 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form.. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13, Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number, Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and `OVithdrawaI of Bids 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit.prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sung. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 003215-0 CONSTRUCTION PROGRESS SCHEDULE SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART 1- GENERAL 1.1 SUMMARY Page I of 10 A. Section Includes: 1. General requirements for the preparation, subinittal, updating, status reporting and management of the Constriction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements D. Purpose The City of Foil Worth (City) is colnmitted to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to' guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH STANDARD SPECIFICATION ParLTr Henderson Road Revised KILY 20, 201 S City Proje&No. 01419 61 tb [ 0 'ON ]aa Cold �410 peog uosaapua-�I iwped ZloZ -LZ jagcuanoN pas!nau S.LN-gWfI00Q NOLr.V0l.,11D IE N0113flUlSN00 MTVGKVlS II12IOM I'do] Jo 1"M NOI13UN J�o GNa Lb 9tr Sb tr� -roloualrioD oI laudxalunoo pauVIS i(ITHJ ou0 raniTap ralMaragl IIugs f4lD Eb •uorleluournoop parmbar aeglo Ilu puu `oouuansul jo saleagil iao `spuog parinboi alit glim f4j:) Zv oI luauiaa.r2y oigldo slrudaalunoa jo xaquanu paainbar oqI milap pue u2is Tluils roloualuoD it .io ea.iagl srlup t,I uig.Il k-luauraaa�V aql jo slredraluno0 p aisun jo raquinu parinboi 017 oql Xq poiu-edmooau oq Illm li `rapplg IndssooanS aqI of premV da oogoN u sanssi X110 uogM 6E ;uauia3.a2v 3o llduxu�iS •81 S £ LE •pigdo uoiloofaa ui llnsaa Xuur slriauiaainbai oql glim XIduioo of lesn-lar ao arngiu j -8'LI 9E S£ •43 oql VE Xq panssi oq Illm pruenydo 00TIONu pmmu roloeiluoo agI uodn -pig udo aoueld000-e ££ olnlllsuoo IIIm sragla io M10 jo lou ralllo aN •2uilum ui popualxo ssalun 2uivado ZE Pig agldo Xup aqI x0419 scup 06 uiglim lourluoo all paeme Illm f4i3 `papruim oq of i£ si IoualuoD allldl 'uoiluziroglnu pounoD /413 luuir0; Iilun papaue -c lou sr Ioualuoo V 'L'Ll R 6Z •paleaol si ssauisnq SZ jo could Iudiouird s juopisa.ruou aITI goigm ui olels oql ui Ioerluoo olqureduioo LZ e ulelgo of rapplg IuopisoruoN u plgrapun of paxinbar oq pinore ioppiq Iuopisar sexoL 9Z u Iuul lunoruu gurus agl Xq .rapplg suxol algisuodsar e Xq pa4lu-igns piq Isomog oql SZ uugl JOIA01 si piq s,rapplg IuapisaruoN oql ssolun rapplg IuapisaruON e 01 I0e4u03 tiZ p-MM'o IOU ITiM ,�Ii3 aql `I00-ZSZZ raldegD apoD Iuauiuraea-j sexol of luensand -9•L T £Z ZZ .flip agldo slsaralul lsog IZ agl Lq oq Illm pxu!mu aql legl saleoipui f4!D Xq uoil-enguna asogiA rapplg anisuodsaa QZ puu algisuodsor lsawol of popaumu oq Tii& lr `poprume oq of si Iou4uo�) ogldT ' S'Ll 6I Si 'flip oql fq panorddu osimniglo ssagun `IourluoD aqI uo pooerquia onlee agl Jo %SE LT uegl ssol Iou amen u ja 3Irona `uorluziuu�?ro umo srq glim miopod Tlegs ioloerluo3 'Ii'Ll 91 SI auzil pagirosaad aql uirTllm uotlaudsilus s,fglo of sluauinoo(T VI loualuoD agI glint oouepa000u ui Nao�& aqI gsivanj puu uiropod of suolleziue2rO EI puu suosiod aoglo pue siaigd&S `saolaurluoogns posodoid `saopplg jo flilige ZI pioueuq puu `suageardilenb `f4iligisuodsaa oql ilsllqulso of puu pig due do uoilenleea I I aril ui Isissu of fiessaoau swoop flaL) su suotle$rlsoeui rgons lonpuoo fuui f413 ' �-L I of 6 •premvjo 001ION S arll of xoiid palliuigns oq of parinbaa si ulup qons riarlm 1-iom agI ui uoilurodrooui L rod posodaid luouidinbo puu slulraleurdo suiall iofuuido saalueaea pue ulup 9 ooueuraojaad `sluouioainba i oouuualuteui `slsoo �uilurado agl aapisuoo fuur osl-e flip S 'fI?o aglda Isonbar agl uodn ao sluouinooQ loerluoo aril ui papinoad su palliuigns oq t Isnui suoiluziuu210 puu suosrad .iaglo pue `srailddns `sioloealrroogrfS jo fliluapi agl £ gaigAk of SE -1JOAN agjJ0 suOipod osogl ioj pasodoid suollu UO.To pau suosaad raglo Z PUP `srailddns `saolaualmopS jo oouairodxo pue suoileog enb aill aapisuoo fuw flip •Z•LI I 630 6 a3ta S2rffQCUg O,L SNOI.LOf12r.i.SN1 6-Zi 1700 61VIO-ON)-IGJJMD PRO-d Um paoH Immd 81OZ'0ZA.'Jof PasrnaW N011d0ialagis CW(I Id.LS H.LW0A.LN03 d0 AIIO ui pun (£ Iana7 XIluxaua2) Irulop do larval u it, loafoxd aql uo 3Ixomido adoos anrloadsax xragldo alnpagas aql suiultrium puu alnpogaS a 4lasug t' sdojoAop xolouxluoD agy •loafoxd oql xod olnpagaS loafoxd xalseN n surnlurem pun sdolanap fI!D oqy uorlurnCldo ss3lpx0V0-a slaafoxd xaldtuoD xo/puu OZIS a xe? put' tun(paN :£ xaty .£ laa fold aql no )lxonn xiaxlldo a.Iil aql lnoq�3noxgl gluour ganado puo oql lu souolsoliur guns xod solnp ,gsiurd„ pun Czlxnls„ agl of sol-epdn `Xji�) agl of sonssi xolouxluoa agL •:j-iodda ilxom xYagldodjoNonl oql jr m2nutW loafoxd s,f4ia oql gliAk paarfn sn -�IxoM xiagldo sluaurala XO)l uo salnp auolsaliur «gsiug„ puu «lxuls„ soggHapi xoloux1u03 aqs •loafoxd oql xod alnpagoS loafoxd xalsul�l u suruluruuz pue sdola�ap dlr� arld loafoxd uoilnxnQ uxnipaW of lxogS puu aziS IleurS :Z xar.L •Z srsuq papaau-su ut' no Alred OAT loodsoi aril glim suoissnosip ggnoxgl uoiluuuodut xo ulup snluls alnpagos Amssooau Niue saxrnbat' IsiluioadS loxluoD loafoxd s,f4!0 -iopeiluoD uroxd paxinbax si lulliuxgns alnpagos ON •Ioa fold oql xod alnpagoS loafoxd xalsun u suinluruut puu sdoloAop AIia oqd, (paxlnbax lou uarsop) loafoxd uogum lsogs puu aziS IlnuzS :I Jail • I -��sxarl„ aql do �ixuurcuns u si �urn�ollod ag,L •�Ixo�n. do adoos s,xolouxluoL) oql ur sluomoxinbax paluraossu aql puu uollualsop lugl sopnloui pun `loafoxd goua xod xall alnpagos alurxdoxddu aql souiruxalap xagvueW loafoxd SAJ!D oqj 'loafoxd gaua xod nrxalixa aril glxm alnpagas xadoxd arp uailn of ganoxdde jaxail„ n sasn Alra Oily •loafoxd got'a xanrlap Xlanrlaadda of.2ugnpagas luaxaddip .WUUlnbax luoluo? pun XIixalduroo `mis ur Xlapienfa-PA Ingl sloofoxddo oilodlxod u snq f4!D at1j, sxar,L alnpagoS •g '1-10- e xragl da adil agl lnog2noxgl gluour got'a do puo oqI lu X410 oql of (alnpagoS ssax2oxg) alnpagos xtagldo salupdn oluxnoou `luaxxno anssr llyA xoloL'Auoa -31xoen do adoos s,rolou4uo3 xod alnpagas atulasuq e su xa uuuy�I loafoxd s,A4!3 agl pun IsiluiaadS loxluoD laa ford sAI;D oql Aq aauuldaaov put' eaouw xod alnpagas Iuillui ut' anssr llim xolauxluo3 oqL -sluawo4nbax Ienlot'xluoo s,xolonxluoa agldo adoos agl xod alnpagos u 2uiutuluiuua puu Suldolanap lad algisuodsax si xolonxluoD oqL alnpagoS uollonxlsuoo -Z •(axennldos 2uilnpagos s,AliD) gd ui alnpagas loafoxd xalseur aql sure t4ma pue soluaxo IsriniaAS loxluoo loafoxvilo pauSisse o%j •IsiluioadS Ioxluoa Ioa ford s <<tlro aql Aq aleixdoxddu paumap se solapagas riorlon-wma put' u2isaQ aq;do sluaurala olt'xodioaui iliAk alnpagos loafoxd xalsew aql `.loafoxd ogldo uorlonxlsuoo xo/pue aisap a p xod slm4wo A410 arll uazlAA, -loafoxd got'a xod alnpagos loafoxd xalsim 1e .2mumluiuuz PUB luauxdolanap agldo lg2isxan0 xod olqulun000u si xa2uuuN loafoxd sA!D oq j •posuq (Woo) poglalN glnd peoiluo aq puu loa fold lulol aql xod saualsalitu pat' saillnilau palnpagos agldo uoiluluosaxdax ogsiloq u si alnpagos loafoxd xalseur 04L alnpagoS loafoxd xalsuW uos-euqq loafoxd s,[illo aql Xq panoxddu puu lsguioadS loxluoj loofold s,lqia oql Xq alexxdoxdde powoop st' alnpagas laafaxd xaisuui oip ui lex2alui a moaq puu pait'xanal aq Illm alnpagas Bons goeo do u4llnrruodui pine ulup oqL •uiaxaq pourdap su sluauraxinbax alnpagas pseput'is s,,ilia oq; gjyA luaurarlu ui 3lxo sndo adoos xiagl xod alnpagos n urelu! ur pat' dolanap Ili^ 0 [ 3o Z awed g'rIIQffFIOs SSRX00-ad Nofx.OIRIS.S[d00 0-91 Z£00 61b10 -ON 1aafali rqu Peog uavzpuaH sa.Jn:d 8IOZ 'OZ Il7llf Pas!A911 ROLLVDIAIOads CEUVCINVIS H19OM DiO:i HO A.LIO auinN alil alnpagoS -g •nlup laafoid s,fgiD ail{ qoVem lsnrrt pus alnpagoS qa-ea uo ponub— sr laafoid dgl�v aruuN put, iaqumN loafaij og,L •alnpagoS laafoid ialseW s,,Slra ut poloallai oq put, A-10M do adoos omloodsai agl iog sluauionnbai lenjot,iluoo au# gltm ails ilrm uoileirtp alnpagos Ilsiamp •uorinooxo ioj ut,ld itagl laallai of papvoj;soa aq Iltm pus uorlt,arstaads stgl go sluoutaunbai oql gltm u2lgv Iltm alnpagos s,iolot,iluoD ag I. •poillaui WjD (aoloporl}aTAT glsd iso?Itia) oip malloj pus Aiomso adoos pougap ogl uo pasnq oq Iltm alnpagos oqj 3pomaurnil alnpagoS •d •loo foid s jo fLrantlap .IOJ alnpagas n f umutnlurnui pun �?mdolanap iod aolopoglaui oql jo moLuoAo us sr 2urmollod ags �IoI�IGII ZfI��[ aullagnas cmvaNv f.s Aua P'g -oldrut,xg ssai2oid alnpagoS laafoid uoilanalsuoD Z'SI Z£ 00 uotlsorytaadS ut poplAoad si alnpagoS ssoAoid sso oldwtxo uy •uotlsotjtlou aousldaaas-uauso ldtaaax iakle skep Outaliom � utglrm alnpagos ssoi2aid algsld000e us optnoid lsnm ioloniluo3 oql pine sSep outaliom 5 utgltm hltD aql Xq pardtluopt ane sanssi olgnldooanun oql `alq-eldaaau lou paruaap si alnpagos ssai2oid n luana aql ul •alnpagos ssoidoid gosa sld000s pun smatnai lsrlt,toodS loiluoo laafoi(I put, iahuoW laafoid s,f4jo agy •«alnpagoS ssoi2oij„ aqI st, of poinjoi st pun aura ut lutod lsgl is iliom agl jo sulnls luouno agl looUai fjolsmoas lsnut ojnpogos polupdn oqj ')Born mp ut safungo pozuoglns uto4 losduu Buz sapnlaui gotgm -iliom ogI ur panargan ssoi2oid aril luasoidoi of gluout gosa so pua nip In olnpogos iragl solupdn iolaniluoo agZ ofnpagoS ssoi2oid •Z •alduinxg outlasug alnpagoS laafoid uotlorulsuoo I•gl z£ 00 uoilnoU!oodS ui poptnoid st alnpagoS outlassg s jo olduisxa uv ssai2oidjo uotlnnit,na lt,apasid aaoui s alslrltat,j of alnpagos autlossq oql of olupdn ut, ozuoglnu filerrr nOmmW laa foid s,.jtD oql `alnpagas puN. oq klluaotdtrr2ts si ssoi2oid Juana'agl uI •f4lD agl fq ponsst iapio oftcgo portioglnt, flnp n jo ldtaaai ialss Sluo put, `}liom agldo uolleinp aql Sutlat,duu Iiomso adoos oql of uotlrppt, .To a�luugo u st aiagl uagAn palepdn oq ii�m olnpagos autlosnq oql •painssaui si ssoi2oid lit, gatgm Isul0t, sissq oql st put, alnpagos ,ontlasng„ oql saui000q It '-410 agl Aq paldaaas pus pamatnai aaup 'uotlzardtaads srgl gllm luauu�rin ur �liomdo adoos nQLll ioj alnpagas lstltut us `1I10 oql of slruigns pun sdolanap ioloerluoD aql alnpagoS autlasng •1 •sluauiaimbai lt,rrlat,iluoa nogg llgltg of W4 alnpagos gona slturgns pun samdaid iolosaluoD all •alnpagos «ssoBoid„ n s-e (gluoui got,a jo pua) To2rueW laa foil AItD aql of salepdn ATgluoiii onssi pun alnpagas ,zu!losLq„ s st, alnpagoS laafoid ials-ew s suielurt,ur put, sdolanap ,1413 aqj •moloq polou su salnpagos jo so"l omi saziltlii f4lo aqI .ioj kianrlop loofoid sod. sj alnpagoS •3 •loofoid aril uo 31iom iragl jo ajtl ogl lnoq�inonll gluout gasago pua aql In (alnpagoS ssoi2oid) alnpagas antloodsai itagl jo solnpdn `,(ItD agl of sonsst iolasiluoD arts, ia�isucjN loo foid oql Kq poaAu su H•ti• i uotloaS ut ainlonils Sg_& aql gltm luouiatls 0 t 3o L a$ed a` I(jauOs ssaN`J02id xozi.OnuZSHaO 0 - Si Z£ 00 003215-0 CONSTRUCTION PROGRESS SCHFsDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name Of the project followed by baseline (if a baseline schedule) or the year arbu';3mrah (if a progress schedule), as shown below. 0 Baseline Schedule File Name Format: City Project Number _Proiect Name_Baseline Example: 101376 North Montgomery Street HMAC Baseline ® Progress Schedule File Name Format: City Project Number_Project Name _YYYY-MM Example: 101376 North MontgomHM ery Street AC 2018_01 ® Project Schedule Progress Narrative File Name Format: City Project Number _Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018 01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. 9 Arterials ® Aviation o Neighborhood Streets o Sidewalks (later) 0 Quiet Zones (later) o Street Lights (later) * Intersection Improvements (later) o Parks m Storm water Street Maintenance m Traffic o Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E: VMS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Poker Header on Road Revised JULY 20, 2018 City Noject No. 01419 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section I AM below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist, G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The ro-baselined schedule is submitted by the Contractor within ten workda, after the date of receipt of the approved Change Order. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure C1TY OF FORT WORTH City Henderson Road STANDARD SPECIFICATION City Project No, O1419 Revised J-ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Pei7nits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XX.XXXX.80.81 Bid and Award XXXXXX.80.83 Construction. Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kickoff Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Mceting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting 02 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH Parker HendmGn Rand STANDARD SPECIFICATION City Project No.01419 Revised DULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storrn Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Cornpletion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within tern workdays of Contractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, anpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. lu the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic f6i (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF PORT WORT14 Parker Hendeaen Road STANDARD SPECIFICATION City PmjectNo. 01419 Revised DULY 20, 2018 0032 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to detennine alignment with the City's Master Project Schedule, including format & V11BS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last da of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. a Baseline Start date Q Baseline Finish Date ® % Complete m Float ® Activity Logic (dependencies) O Critical Path 4D Activities added or deleted ® Expected Baseline Finish date e Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred 'to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: ® Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) a Explain variances from the baseline on critical path activities o Explain any potential schedule conflicts or delays a Describe recovery.plans where appropriate 9 Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH STANDARD SPECIFICATION Paeker Henderson Road Revised JULY 20, 201 S MyPmjectNo. 01419 0032 15 -0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 * Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. ® Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALS/INFORMATIONA.L SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 )FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD SPECIFICATION Parker Hondcmn Road Revised JULY 20, 201 S Ctry Project No. 01419 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 20J8 M. Jarrell lnifial Issue CITY OF FORT WORTH STANDARD SPECIFICATION Parker Henderson Road Revised JULY 20, 2018 City Project No. 01419 0035 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/CIO.pdf. http://www.othics.state.tx.us/forms/CIS.pdf 0 CIQ Form does not apply ] CIQ Form is on file with City Secretary F ] CIQ Form is being provided to the City Secretary CIQ Form does not apply ] CIS Form is on File with City Secretary ] CIS Form is being provided to the City Secretary KIDDER: Company Address City/State/Zip By: (Please Print) Signature: Title: (Please Print) END OF SECTION Parker Henderson Road CITY OF FORT WORTH City Project No 01419 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2018 0041 00 BID FORM Page 9 of 3 TO: The City Manager c/a: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 •"111 City Project No.: 01419 SECTION 00 41 00 BID FORM Parker Henderson Road From Mansfield Highway (BUS. 287) to Martin Street Units/Sections: Unit I - Water Improvements Unit [I - Stormwater Improvements Unit III - Paving & Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. 13IDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to' provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted In conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43.xfs 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements b. Stormwater Improvements c. Paving & Drainage Improvements d. Street Lighting 4. Time of Completion 4.1. The Work -will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. in the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43.xis 00 41 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Did Submittal This Bid is submitted on by the entity named below. Respectfully submitted, 8y: (Signature) . (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43.xis SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE- 71-S12010 00 42 43 HID PROPOSAL Page I of7 Bidder's Proposal Bidlist Rem No 1 Descripticn -UNAT I- WATER M-PROVEMENTS 3311.0161 6" DR-14 PVC Water Pipe SpeciFiealion Section No, 33 1I 12 Unilof Measure LF Did Quantity 151 --, Unit Price Bid Value _- 2 3311.0261 8" DR-14 PVC Water Pipe 33 11 12 LF 256 3 3311.0461 12" DR-14 PVC Water Pipe 33 11 12 33 11 10 _ LF _ LF _ 3599 22 _ _ 4 _ 3311.0451 12" Class 350 DIP Water Carrier 5 3311.0561 16" DR-18 PVC C905 Water Pipe 33 11 12 LF 253 6 0241.1000 Remove Cone Pvmt 0241 15 Sy 51 7 0241.1100 Remove Asphalt Pymt 02 41 15 Sy 415 -_ s. ._ 0241.1001 Water Line Grouting_ - -T T W - LL 02 41 14- - CY _ 40.4 --___. _.---_.---- 9 0241.1012 Remove 6" Water Line 0241 14 LF 92 _ 10 0241.1013 Remove 8" Water Liae 0241.1015 Remove 12" Water Line �4 0241 14 02 41 14 LF LF 239 2202 - - - -- 11 12 0241.I016 Remove 16" Water Line 02 41 14 LF 292 --- - 13 - 0241,1218 4"42" Water Abandonment Plug _--- - - 02 41 14 _ EA 1 14 0241.1302 Remove & Salvage 6" Water Valve 02 41 14 RA 6 15 0241.1303 Remove & Salvage 8" Water Valve 0241 14 EA 3 T� 16 _ 0241.1305 Remove & Salvage 12" Water Valve 02 41 14 _ EA, 5 _ _ 17 0241.1510 Salvage Fire Hydrant ---m - yW4Y v 02 41 14 EA -- 4 1 S 0241.1602 Remove 7x4' Concrete Water Vault 0241 14 EA 1 19 3201.0112 5' Wide Asphalt Pvmt Re air, Residential 32 01 18 _ LF 556 20 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 0117 SY 168 21 _ 3312.0106 Connection to Existing 16" Water Main _ 33 12 25 EA LS- u W _I - 22 _ 3304.0101 Temporary Water Services {size to match existing}___� 33 04 36 23 - 3305.0109 Trench Safety _ _ - -_ - 33 05 I0 LF 4281 -- 24 25 3305.0110 lJkdityMarkers _ 3305.1004 24" Dia 1/2" Thick Steel Casing By Open Cut _- - 33 05 26 33 05 22 LS LF -- 1 20_- 26 3305.1104 24" Dist 1/2" Thick Steel Casiag By Other Than Open Cut - 33 05 22 LF 20 27 3311.0001 Ductile on Fittings 33 11 11 TON EA _ 13.2 - 6 28 3312,0001 Fire Hydrant -- - 33 12 40 __ 5 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 v 30 3312.1002 2" Water Air Release Valve & Vault - - ----- 33 1230 - EA - 1-- - -- - ---- - - -- - 31 3312.2803 Furnish & Install 6" Water Meter and Tx4' Vault -- _. _ 33 12 11 _ EA _EA - - 1 -- - - ----- 32 33 3312.3002 6Gate Valve " 3312.3003 8" Gate Valve 331220_ 33 12 20 _ 33 12 20 __ EA .. EA _ 9 _._ 3 - 34 3312-3005 12" Gate Valve__..________ 35 36 9999.0010 6" x 6" Cut -In Tee 9999.0020 12" x 12" Gilt -In Tee & Gate Valve 99 99 00 99 99 00 LS LS 1 I I - -- 37 9999,0030 Relocate Valve Assembly in 7y0' Vault --- _ 99 99 00 LS _ 38 9999.0040 1" Water Service T- - 99 99 00 EA 33 39 - 9999.0050 Box for V Water Meter 99 99 00 EA 16 40 9999.0060 Connect to Existing Water Meter 99 99 00 EA 17 41 9999.0070 Relocate Existing Water Meter & Box - - 99 99 00 EA - 10 - - - - - 42 -_ _ _ _ 9999.0071 8" Concrete Pavement 99 99 00 SY 51 43 - -- _ 9999,0090 Construction Contingency Allowance to cover cost of - improvements not itemized All work completed under this item shall be approved by._ - _- UNIT I SU13TOTAL 99 99 00 _ LS _ 1 CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN17WES Form R-ised 20120120 00 42 43-3 "1�.I, SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO.01419 DATE: 715/2019 00 42 43 WI) PROPOS Ar Paga2 or7 Bidder's Proposal Bidlistltent No. 1 Description Uh`] i --7�1�tM['U TER ITUff-�?O�UEMENTS 0241.0401 Remove Concrete Drive Specification Section No. _. 02 4I 13 Unit of Measure SF Bid Quantity f 1033 Unit Price Bid Value _ 2 �- -�- -- _ 0241.0500 Remove Fence 02 41 13 - W LP 1493 - 3 - 4 _ 0241.0600 Remove Wall <4' ---- ---- - 0241.0800 Remove Rip Rap _ 02 41 13 02 41 13_ _ LF SF _- 40- 1110 _ 5 _ 6 _ 0241.0900 Remove Misc Cone Structure 0241.1000 Remove Concrete Pavement �- - 02 41 13 02 41 15 LS SY 1 502 _ T T 7 _ _ 0241.1100 Remove Asphalt Pvmt _ T 8 0241.3013 Remove 18" Storm Line 0241 14� LF 239 9 u 0241.3015 Remove 24" Storm Line_- -..._ 0241 I4 LF 14 -- 10- - 0241.3201 Remove 7:.7' Box Culvert - ----------- 0241 14 LF _ 185 0241,4401 Remove Headwall/SET - _. ._ �.._ _-_ 0241 14 -- F-A-- �- 2 - --------- -- 12 3110.0102 6"-12" Tree Removal Tl 31 1000 EA 4 W- - 13 12"-18"Tree Removal 311000 EA � 3- _3110.0103 14 3293.0104 Plant 4" Tree - ----- 32 93 43 EA 12 ------___ 15 - 3441.4108 Rcmovc.SigEr Panel & Post T., - 34 41 30 - EA 6 -- - 16 9999.0160 Remove & Salvage Advance Warning System - - -- - - 99 99 00 LS 1 - - - --- - SUBTOTAL 17 3123.0101 Unclassified Excavation by Plan f 3123 16 _ CY 583 18 3124,0101 _ _ _ l Embankment by Plan 31 24 00 CY 5142 _ T T mm 19 3137.0101 Concrete Riprap - ------__---.. - ---- 313 000 - SY - -20 3211.0126 12.5" Flexible Base, Ty e A, GR-2 - f - -_ _ - 32 11 23 - _-- SY - -1222 21 3U11.0400 Hydrated Lime 32 1129 86 . 22T 3211.0502 8" Lime Treatment _ 32 11 29 - _-Thl SY - - 3609 23 _ 3212.0502 4.5"Asphalt Base Type B T �^ 32 12 16 _ SY 1222_-- 24 13213.0105 10" Concrete Pvmt 3213 13 SY 2116 _ - Y -_ - - 25 3213.0301 4" Concrete Sidewalk - 32 13 20 SF - 8619 _- _ 26 3213.0401 6" Concrete I3rivew 32 1320 SF 2102� 27 3216.0102 7" Conc Curb and Gutter 32 16 13 LF 57 _ _ _ 28 32.0203 TxDOT Std Ref Wall - RW 1 (LLC ----_- 323232 29 - 3291.0100 Topsoil--- - - 32 32 13 3291 19 SF - CY _ 182 - - - - _ - 30 3292.0100 Block Sod Placement _ 3292 I3 _ _ u SY _426 2012 - - - - - 31 3292.0400 Seeding, Hydromuleh 329213 SY _ _ 1185 32 3292.0500 Seeding, Soil Retention Blanket 32 92 13-- -- 33 3305.0114 Manhole Adjustment, Moor w/ Cover 3305 14 EA 1 34 9999,0200 Concrete Eleader 99 99 00 LF 48 _ _ - 35 9999.0220.�Rap (RW Mow Stri 4 in - --_--- _ 99 99 00 CY 12 36 9999.0230 Rail (HandmilPRD-13 TY F) -_ _ _- 99 99 00 _LF 968 37 9999.0240 Wheel Stop 99 99 00 EA 3 38 9999,0250 Brick Wall w/ Pilasters 99 99 00 LF 40 -.-__ - SUBTOTAL _ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Foram Re isM 2012W20 0042 43-3 .11-N SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7f5l201 g OD 42 43 BID PRUPUSAL Page3 "Il - Bidder's Proposal Bidlist Real No - - 39 40 Description L,RAINA.GX 0241.1100 Remove Asphalt Pvmt 3201.0112 5' Wide Asphalt Pv�Repair, Residential - -- 3301.0002 Past -CCTV Inspection Specification Section No. 02 41 15 3201 18 Unitnf Measure SY- LF Bid Quantity 112 Unit Price Bid Value 200 33 05 10__ LF _ - _41 42 - 3305.0109 Trench Safety — _ 3301 31 LF 1250- 43 3305.0116 Concrete Encasement for Utility Pipes W-- 330510 Cy 4 44 45 3137.010E Concrete Ri ra 31 37 00 SY 2 3341.0103 18" RCP, Class Ill 3341 10 LF 415 46 3341,0205 24" RCP, Class 11I 3341 10 _ LF W 419_- _ 47 _ 3341.0309 36" RCP, Class III - 33 41 10 LF 166 48 _------_--.- _ _r 3341.0409 48" RCP, Class III _._ _ 33 41 10 49 - 3341,0502 54" RCP, Class 1I1 33 41 10 LF LF 210 50 3341.100E 3x2 Box Calvert 33 41 10 21 l 51 3349.0001 4' Stanm Junction Box - _ 33 49 10 EA 1 52 3349.4103 18" SET, 1 pipe - - W _ - 334940 mm EA - _ 2 53 3349.4105 24" SET, 1 pige �- 33 49 40 EA v 1 54 3349.5001 10' Curb Inlet _ 33 49 20 EA 9 __-- J 55 3349.7001 T Drop Inlet - �- _-� �.-- 33 49 20 - - BA 1 -- - 56 3349.7002 5' Drop hilet 33 49 20 v EA 1 57 9999.0090 6'xl0' PJB_ — 99 99 00 EA T 1 -. - 58 9999.0120 PW-1 for 2-3'x2'MBC 99 99 00 EA I 59 SUBTOTAL SIGN FAU AN11 PAVEM. htAMM-1C5 3217.0002 4" SLD Pvmt Marking HAS (Y) - LF- 1718 32 17 23 60_ 3217A50I _ 24" SLD Pvmt Mulling I3AE {W) � _ 32 1723 L.F 21 _ 61 3441.4003 Furnish/install Alum Sign Ground Mount City Std. 3441 30 EA --1 62 SUBTOTAL 312316 Cy 3862 3123.0101 Unclassified Excavation byPlan-Channe] 63 - _ 3137.0101 Concrete Riper -- -�. __--_- _ 31 37 00 - - SY 94 -_ -- 64 ,-- 3291.0100 Topsail 32 41 19 - CY 34 - -__-.--- - 65 -----------_-__.._. 3292.0100 Block Sod Placement ___._- —� _ 9999.0350 Gravity Wall 329213 _- 99 99 00 _ _SY _- SF -- 12?0 - 3804E ------ -_ 66 - - 67 _ __ 9999.0370 Titerlocking Articulating Concrete Blocks 99 99 00 - - SF 9370 1220 _ ,_. __ - 68 9999.0380 TurfReinforeement Mat 99 99 00 SY-.-. _ 9999.0390 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. 99 99 00 LS _-LS -- 1 70 --� _..-___.-- 9999.0392 Temporary$pedal Sharing W - SUBTOTAL 99 99 00 f UNITTLSUBTOTAL _-- _--�-_— - -- --- �_ --- CfTy OF FORT W ORTn STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 2ti120I2n 00 42 43-3 nits,xts SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE. W512019 00 42 43 BID PROPOSAL Page4 or? Bidder's Proposal Bidfist Item No. I Description _ r: ERIOUTrON 0241.0100 Remove Sidewalk Spmification ScctianiRo. 02 41 13 Unitoi Measure 5F Bid Quantity Unit Price Bid Value ........... ..__, .... ._.._.._ -----.-. .._.. 607 2 _ _ _ _ 0241.0401 Remove Concrete Drive - - 0241 13 SF - --SF - 508 --- -- -_ _- - 3 4 0241.0403 Remove Brick Drive _ _ --._T -- 0241.0500 Remove Fence 0241 13 02 41 13 LF 6 4192 5 - 0241.1000 Remove Concrete Pavement - 0241 15 SY 1032 6 T - 0241.1100 Remove Asphalt Pymt 0241 15 - SY - 7921 - - 7 0241.1300 Remove Cone Curb&Gutter ^� 0241.1700 Pavement Pulverization 0241 15 02 41 15 LF SY 149 3697 8 9 ._ 0241.3011 Remove ] 5" Slarm Line -_ - - -- -.------- .._ __.. _ - 0241.3013 Remove 18" Storm Line 02 4I I4 T 02 41 14 _ LF - LF - _- 378 213 - - -- _ 10 11 3110.0102 6"-12" Tree Removal 31 1000 EA 53 _ _ 12 3110.0103 12"-18" Tree Removal 31 1000 EA 18 13 _ _ 3110.0104 18"-24" Tree Removal - - - 31 I O 00 EA _ 6 14 3110.0105 24" and Larger Tree Removal 31 1000 6 _ _ 15 -__ -- _ 3293.0104 Plant 4" Tree 32 93 43 --EA - EA 135 16 3441.4108 Remove Sign Panel & Post 34 41 30 EA 8 _ - ------- W 17 _ _ _ 9999.0140 Remove & Relocate Mailbox 99 99 00 - EA _ _ _- 6 - 18 9999.0150 Remove & Relocate Bollard - - 99 99 00 EA 3 - I9 _ _ 9999.0170 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be aped 99 99 00 - LS I SUBTOTAL 20 _ VA}')Nd 0171.0101 Construction Staking 01 71 23 LS- 21 - _ -_ - 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 9924 22 _ T 3124.0101 Embankment by flan_ _- 31 24 00 _ CY - 738 23 r 3125.0101 SWPPP ? I acre 3125 00 24 _ _ _- _ 321 I.0124 10" Flexible Base, IyTe A, GR-2 32 It 23 SY 612 25 - 3211.0126 W 12.5" Flexible Base, Tie A, GR 2 - 32 1123 SY-_1172 �T 26 3211.0400 Hydrated Lime _ ._ _ _--- 321129 -._.____-_.- TN _._. 292 -- 27 3211.0502 8" Lime Treatment 32 1 129 SY 11756 28 3212.0302 ` 2" Asphalt Pvmt Type D _ _ 321216 - SY 6554- _ _ - 29 3212.0500 2.5" Asphalt Base Type B 32 12 16 SY 463_____ - 30_ 3212-0502 -- 4.5" Asphalt Base Type B 32 12 16 _- SY 1I72 31 3213.OI05 - - _ - IO" Concrete Pvmt _- 32 13 13 - SY 9458 T 32 3213.0301 _ 4" Concrete Sidewalks - -_- 32 13 20 SF 34262 f 33 3213.0401 6" Concrete Drh 321320 SF _9102 _ - 34 - 3213.0505 _ Barrier Free Ramp, Type M-3 _ _ _ ----� -- - Barrier Free Ramp, Tyye P-1 r - 321320 32 13 20 _ EA 3 35 3213.0506 36 3213.0507 Barrier Free Ramp. TYpe p z __..._ . 32 13 20 - EA _ 14. 37 3216.0102 7" Cone Curb and Gutter 32 16 13 LF _ 106 38 3232,0100 -_ _- Cone Ret Wall with Sidewalk, Face-.--- 32 32 13� ... SF _ 429 3291.0100 _ - Topsoil 3291 19 CY 1453 _39 40 3292.0100 -- mm -__ Block Sod Placement 32 92 13 SY 8765 _ 41 _ 3292.0400 Seedin�,_Hydromulch _ 3292 13 SX 8717 3305.0108 Miscellaneous Structure Adjustment - Water Meter vault 330514 EA 1 _ __42 43 3305.0114 Manhole Adjustment, Major wl Cover --- 33 05 14 _ BA 3 44 9999.0180 _ Concrete Curb (Dowel) 99 99 00 LF _1357 LL - _ - 45 9999.0190 _ - - _- _ _ Mountable Curb and Gutter 99 99 00 - LF - 100 -46 9999.0200 Concrete Header - - 99 99 00-- LF__ 141 9999.0260 47 improvements _ a Construction Contingency Allowance to cover cost of not itemized All work completed under this item shall be roved by owner 99 99 00 LS 1 SUBTOTAL_._--------...v------ CITY OF FORT WORTH SMDARD CONSTRUMON SPECIFLCATIO14 DOCEMENTS FO-Revised 10120120 00 42 43-3 "Its.As SECTION 00 42 43 PROPOSAL FORK( PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: V512019 00 42 33 PIDPROPOSAL Page 8 "t7 Biddet's Proposal Bidlist Item Na. 48 Description 3211.0125 12" Flexible Base, Type A, GR-2__- __ - _ 3212.0304 ,4" Asphalt Pymt_Type D---- - - - _-- Spceification Section No. 32 1123 Unit of Measure _ SY Bid Quantity 9709 Unit Price Bid Value 49 _- 50 3232 1 fi _ 3441 10 - _ SY - LS_ _7902 2 3441,1802 Relocate School Zone Warning Flasher Assmbly (Solari _ 51 3471.0001 Traffic Control 34 71 13 MO 15 52 53 9999.0270 Tempura 15" CA4P _ ---_ _ 9999.0280 Temporary 18" CMP T _ 9999.0290 LPCB Type 1, Furnish & InstallT _ 99 99 00 LF LF 466 99 99 00 56 54 _ 99 99 00__ LF1240 _ 55 - 9999.0300 LPCB Tyne 2, Furnish & Instal[ _ 99 99 00 _ LF - - 120__ 56 _- _- mm_ Removable Paving Marking (W)4"(SLD) _ _ 99 99 00 - LF 12372 - _ _9999.0310 57 9999.0320 Removable Paving Marlang_LY�"(SLD} 99 99 00 LF 12512 58 9999.0330 Removable Paving Markimu W]12" SLD 99 99 00 LF 64 59 - 9999.0340 Orange Mesh Construction Perimeter Fence _ _ - 99 99 00 LF - 915 - SUBTOTAL -CO024111 .00 Remove As halt Pvmt -_ 0241 15 Sy _ - 112 - fit 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 18 LF 200 - - . 62 3301.0002 Past -CCTV Inspection 33 05 10 _ LF 1900 _ 63 -- --_- 3305.0109 Trench Safety 33 01 31 - LF 1900 _ 64 3137.0101 Concrete Ri xa 3137 00 SY 102 -_69 65 3341,0103 18" RCP, Class IIl - -_ _ mm _ - 66 3341.0201 21" RCP, Class III 3341 10 LF 263 67 - 3341.0205 24" RCP, Class 111 Y 33 41 10 _ - LF 896 68 - 3341.0208 27" RCP, Class III ---- ----,- 33 41 10 LF 667 69 W W_ 3341.0302 30" RCP, Class QI 33 41 10_ -1 LF W 7 - _ 70 3349.0001 4' Storm Junction Box s, .. 33 49 10 l BA 8 71 _ -� 3349.4103 18" SET, 1 Ftpe _ _--__. 33 49 40 _ EA 2 72 3349.6001 10' Recessed inlet 49 20 HA 5 73 �- _ _ 3349.6002 15' Recessed Inlet __33 33 49 20 ---EA _ - 2 74_ - ---- - -_.... ----_, 3349.7001 4'Drop Inlet-___________ - 33'49 20 --EA 1 75 _ 9999.0100 10' Open Back Recessed Inlet 99 99 00 EA 3 - - - ,T _ 76 - - 9999.0110 10' Curb & Crrate inlet Type 1 _ -_ - _ 99 99 00 - EA - 1 _ 77 9999.0130 3/8" Steel Plate for SW Crossing .W _- 99 99 00 - SF - 45- - F _, --- SUBTOTAL 321723 - 78 $WKMG AND PAVrrl WNT MAR113AI S 3217.0001 4" SLD Pvmt Marking IIP- S _(W�_-__ LF 3042 - 79 - 3217.0002 4" SLD Pvmt Mazkia FIAS } _ _- - _ 32 17 23 - LF 8784 80 3217.0005 4" DOT Pvmt Marking HAS 32 17 23 - LF - 976 81 -- - - -_- - 3217.0201 8" SLD Pvmt Marking HAS W 32 17 23 _LF 150 82 3217.0202 8" SLD Pvmt Marking TTAS �1'� - 32 17 23 LF _ 189 _ _--- _ 83 3217.0301 12" SLD Pvmt Markin HAE W� _ 32 17 23 _ LF _ 90 _ 84 _ _ 3217.0501 24" SLD Pymt Nf kjn HAB (W] - _ 32 17 23 LF 476 85 3217.1002 Lane Legend Arrow ______ „ - 32 17 23 --__-- EA - _ 2 __- _ 86 3217.1004 Lane Legend Only _._ _� __ 32 17 23_-_ EA _ 2 87 3217.1006 Lane Legend Bike _ 32 17 23 EA 12 .-----._---- _ 88 _- -- 3217.1007 Lane Legend Sharrow -_ 32 17 23 - -- HA 3 - --___ 8 112 89 _ T `^ ---------__-__-_ 3217.2102 REFL Raised Marker TY I-C -..___ -.----_ _ 3217.2103 REFL Raised Marker TY II -A -A -_ 32 17 23--- 32 1723 -_ EA -- EA 90 - 91 - _ 92 3441.4003 Furnish/Install Alum Sign Ground Mowit City Std. SUBTOTAL___--- 34 4130 EA _ 30 1LL9hMATC0N: 3441.1401 NO 4 Triplex C)H insulated Elec Conch 34 41 10 _ LF _ - _ 1695 - 93- _- - T _ 3441.3323 Fumishllnstall 8' Wood Light Pole Arm _ _ 34 41 10 EA 10 4 94 _ 3441 `3051 Fumishllnstall LED Lt Fixture l37 watt ATB2 Cobra Head W _ ._ ) _ .. 3.44120 _ ) A 11- _ _ _ SUBTOTAL UNIT III SUBTOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form RcOsed 20120120 00 42 43-3 db.Al SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/5/2019 00 42 43 BID PROPOSAL Page 6 of 7 Bidder's Proposal ➢idtistItem No Description Specification Section No. Unit of Measure ➢1d Quantity Unit Price Bid Vaiue Bid Summary Base Bid UNIT I - WATER IMPROVEMENTS UNIT II - STORMWATER IMPROVEMENTS UNIT Ill - PAVING & DRAINAGE IMPROVEMENTS -- Total Base Bid Alternate I Bid (Precast Culverts mithout TCP Modifications) - A1-1 g �r r-_ >rai`N IWIPROVE1 TgTS - - FA5ri1�Cs 9999.02I0 Retaining Wall (MS_ -- SF _ 7311 - - 99 99 00 SUBTOTAL All 3124.0101 lirnbatrla3lent by Plan 3124 00 1 CY 7904 Al-3 _ -A711 321l .0125 12" Flexible Base, Type AGRT2_ _ -- - -- 3211231 SY 1301 3212.0304 4" As It Pvmt Type D 321216 Sy 1072 _ Al-5 - -- -- 3341.0103 Temporary 12" RCP, Class 1Q_ _ _ _ _ _ - 33 41 10 _ _ LF -_ _ _ 40 Al-6 3471.0001 Traffic Control 3471 13 MO 3 - A7-7 _ 9999,0310 Removable Paving Marking (W)4"(SLD) �- - -- 99 99 00 _ LF -- -- 726 _ - Al-8 - 9999.0320 Removable Paving Marking (Y)4"(SLD) 99 99 00 LF 95$ Al -9 SUBTOTAL_- OLiI<*ERT 3341.2103 11 x11 Box Culvert (Precast) 3341 10 LF 406 A1-1 D -- _ 9999-0360 P W for 7-11'.cl 1' MBC 99 99 00 _ BA _ 2 —�-- ---- SUBTOTAL Total Alternate II Alternate 2 Bid (Pceeast Culverts with TCP M.dificati—1 UP-WIV 1 - STOWW TER EI14PROVEMENTS - PA► UY - A2-1 _ 9999.0210 99 99 DO SF 7311 _ SUBTOTAL WC C NtT?ROL -- - - - - A2 2 9999.0341 Traffic Control 99 99 00 LS -1 -------------- SUBTOTAL LMILVE, RT - - -A2 3 : 3341.2108 l lxl l Box Culvert (Precast) 3341 10 LF 406 A2-4 _ 9999,0360 PW for 7-11 x11' MBC _ 99 99 QO EA 2 SUBTOTAL Total Alternate 21 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMISMI S Form Revised 20110120 00 42 43-3 .imxls SECTION 00 42 43 PROPOSALFORM PARKER HEN DERSON ROAD. CITY PROJECT NO. 01419 DATE: 7/512019 OD 42 43 SIDPROPOSAL P-+ - 7 of7 lBidlistlteml I Specification I Unitof No Description Section No. Measure Bid Quantity Unit Price Bid Value Alternate 3 Bid (Cast -in -Place Culverts mith TCP Niodi0eations) _ A3 ] 9999.0210 Retaining WaII (MSE} _ _ _ 99 99 00 SF ___7361_ SUBTOTAL . 39AFFTCEM-TPJM A3-2 _ 9999.0341 TrafficControl SUBTOTAL 99 99 00 —Ls 1 A3-3 9999.0391 11x1I Sox Culvc t Cast-lrtPlacc) 99 99 00 LF _ 406 A3-4 19999.0360 _ PW for 7-11�t1 P MBC 99 99 00 ___. —EA - 2 - ----- ----------- - — ---- T SUBTOTAL Total Alternate 31 Total Tlednetive Alternate Total Additive Alternate Total Bid (Base Bid +Alternate 1 or Alternate 2 or Alternate 3) MI) OF SECTION CITY OF FORT W ORTtl STANDARD CANSTRUCUON SPECIFICATION DOC[MENrS Farm Revised 2012012o 60 42 43.3 a[ts.kts 004540--1 Minority Business Enterprise Specifications Page 1 of 2 I SECTION 00 45 40 2 Minority Business Enterprise Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 ]POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 14% of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 25 3. Good Faith Effort documentation, or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. .OffP s?:at? 31 deliver: the F--d&umeniatiori in pe-,-soar to the appropriate emglq�ce of tha parchrasjug. r1hrlSian and 32 receipt- Suoh recaipi shall be evaclei,t„, 11-1 ibe 0tv-re'c---red the d{7[:timentotion b, the! 33 fund allocated, _4, fazed nuidlor mailed copy will no-1 t,a -cee *Pcl. 34 35 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort -and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation- date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/sup lier work: date. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised June 9, 2015 4 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITIT THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE i WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. f FAILURE TO SUBMIT THE REQUIRED ]VIBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, PIease Contact The MIWBE Office at (817) 212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised June 9.2015 00 52 43 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 foIlows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Parker Henderson Road 17 City Project No_ 01419 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Dollars 2I ($ ). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 540 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that tune is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 36 $G( L0.00) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No 01419 Revised 11.15.17 00 52 43 - 2 Agrecinent Page 2 of 5 38 Article S. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form. 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 1. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically_ intended to operate and be effective even if it is alleged _or proven that all or some of the damages bed sought were caused, in whole or in part, by any act, omission or negli>;ence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 Parker Henderson Road City Project No 01419 00 52 43 -- 3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of properly of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS EOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article I of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shaII continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of 1I1 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or t20 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised 11.15.17 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor: (1) does not boycott Israel; and (2) will not boycott -Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 79 No Third -Party Beneficiaxies. 144 This Agreement gives no rights or benefits to anyone other than. the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUvMNTS City Project No 01419 Revised I I.15.17 005243-5 Agreement Page 5 of 5 I66 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 163 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). I70 Contractor. City of Fort Worth By: (Signature) (Printed Name) Title: Address: City/State/Zip: Date Fernando Costa Assistant City Manager Date Attest: City Secretary (Seal) M&C Date: Forth 1295 No. Contract Compliance Manager: By signing, i acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. (NAME) (Title) Approved as to Form and Legality: Douglas W. Black Assistant City Attorney 171 172 APPROVAL RECOMAMNDED: 173 174 175 David V Magana, P.E. 176 DIRECTOR, 177 Transportation and Public Works Department 178 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised I I.15.17 Parker Henderson Road City Project No 01419 ,SECTION 011100 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work - 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume fall responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised December 20, 2012 City Project No 01419 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adg aeent propel ty. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad peiTnit. D. Work within Easements I. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker FRendenon Road Revised December 20, 2012 City Projed No 01419 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFO?1MATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.1.1 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Puker Henderson Rood STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Czry Pmjcc[Noot419 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 999900-1 SPECIAL TECHNICAL SPECIFICATIONS Page l of 23 SECTION 99 99 00 SPECIAL TECFINICAL SPECIFICATIONS 9999.9010 BID ITEM — 6" X 6" CUT -IN TEE & GATE VALVE 6" Gate Valve shall be installed in accordance with "Cut -In Gate Valve", per City of Fort Worth Specification 33 I2 20 "Resilient Seated (Wedge) Gate Valve". 6" x 6" Cut -In Tee shall be instaIIed in accordance with "Ductile Iron Water Fittings with Restraint", per City of Fort Worth specification 33 11 11 "Ductile Iron Fittings". PAYMENT: Payment shall be made per lump sum installed at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. 9999.0020 bid item —12" x 12" Cut -In Tee & Gate Valve 12" Gate Valve shall be installed in accordance with "Cut -In Gate Valve", per City of Fort Worth Specification 33 12 20 "Resilient Seated (Wedge) Gate Valve". 12" x 12" Cut -In Tee shall be installed in accordance with "Ductile Iron Water fittings with Restraint", per City of Fort Worth specification 33 11 11 "Ductile Iron .fittings". PAYMENT: Payment shall be made per lump sum instaIIed at the unit price shown on the proposal and will include fall compensation for all labor, tools and incidentals necessary to complete the work. 9999.0030 B l] ITEM — RELOCATE VALVE ASSEMBLY IN 7'X4' VAIILT Remove, salvage, and reconstruct existing valve assembly and all associated appurtenances in 7'x4' vault in accordance with City of fort Worth Specification 33 12 11 "Large Water Meters". Salvaged materials may be used to reconstruct valve assembly and associated appurtenances as approved by City. PAYMENT: Payment shall be made per lump sum installed at the unit price shown on the proposal and wiII include full compensation for all labor, tools and incidentals necessary to complete the work. 9999.0040 1" WATER SERVICE Install 1" Water Service in accordance with City of Fort Worth Standard Specification 33 12 10 for New Water Service, except as modified as below. Items 8) Connection to Meter, and 9) Meter Box and Lid included in City specification 33 12 10 Section 1.2.A.1.c , shall be excluded from this item. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 999900-2 SPECIAL TECHNICAL SPECIFICATIONS Page 2 of 23 9999.0050 BOX FOR I" WATER. METER Install Meter Box and I id in accordance with Item 9) Meter Box and Lid included in City specification 33 12 10 Section 1.2.A. Le. Measurement and payment shall be per each meter box installation. 9999.0060 CONNECT TO EXISTING WATER DIETER Connect to existing Meter in accordance with City specification 33 12 10 Section 1.2.A3 Water Service Reconnect, except as modified as below. Items 1) Private service line, 3) Private Connection to Water Meter, and 4) Connection to existing private service line, included in City specification 33 12 10 Section 1.2.A.3.c , shall be excluded from this item. Measurement and payment shall be per each connection made to existing meters. 9999.0070 RELOCATE EXISTING WATER METER & BOX Remove existing water meter and box, relocate as shown in the construction drawings and reconnect to existing private line and new service line. The price bid shall include all work and materials necessary to remove and relocate the existing meter and box, and shall include: 1)Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7)Pavement removal 9) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing Measurement and payment for this Item shall be per each water meter and meter box relocated. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker I3enderson Road City Proj act No. 0I419 99 9900 -3 SPECIAL TECHNICAL SPECIFICATIONS Page 3 of23 1 9999.0071 8" CONCRETE PAVEMENT 2 3 This item shall govern the construction of concrete pavement within TxL'OT Rights -of -Way. The 4 specifications of TxDOT Item 360 shall apply for this bid item, without modification. 5 6 7 9999.0080 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 8 IMPROVE, MENTS NOT ITEMIZED ALL WORK COMPLETED UNDER THIS ITEM 9 SHALL BE APPROVED BY OWNER IN WRITING. 10 II This item establishes a contract allowance to cover the costs of water line related items not 12 identified in the plans or specifications and for which no bid item is included. No payment will 13 be made under this item for any work identified in the plans and specifications. Written approval 14 by the City of fort Worth shall be obtained prior to commencing any work under this item. 15 16 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 17 the cost of bond and overhead incurred by the Contractor. 18 19 20 9999.0090 - 6'X10' PRECAST JUNCTION BOX 21 22 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 23 Bridges 2004 Edition, Item No. 465, `Junction Boxes, Manholes and Inlets" for specifications 24 governing this item. htto://ftp.dot.state.tx.ti /pub/txdot-info/des/specs/speebook.pdf. 25 26 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 27 include full compensation for all labor, tools and incidentals necessary to complete the work. 28 29 9999.0100 10' OPEN BACK RECESSED INLET 30 31 10' Open Back Recessed Inlet shall be constructed in accordance with details shown in the plans. 32 10' Open Back Recessed Inlet shall be constructed in accordance with City of Port Worth 33 Specification 33 49 20 "Curb and Drop Inlets". 34 35 PAYMENT: Payment shall be made per each installed at the unit price shown on'the proposal 36 and will include full compensation for all labor, tools and incidentals necessary to complete the 37 work. 38 39 9999.0110 10' CURB & GRATE INLET TYPE 1 40 41 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 42 Bridges 2004 Edition, Item No. 465, `Junction Boxes, Manholes and Inlets" for specifications 43 governing this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/speebook.pdf. 44 45 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 46 include full compensation for all labor, tools and incidentals necessary to complete the work. 47 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 4 SPECIAL TECHNICAL SPECIFICATIONS Page 4 of 23 1 9999.0120 — PW-1 11EA&DWALL FOR 2-3X2 MBC 2 3 See TxJ_ OT Standard Specifications for Construction and Maintenance of Highways, Streets, and 4 Bridges'2004 Edition, Item No. 466, `Headwalls and Wingwalls" for specifications governing 5 this item. http://ftp.dot.state.tx.Lis/pub/txdot-info/des/specs/speebook.pdf. 6 7 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 8 include full compensation for all labor, tools and incidentals necessary to complete the work. 9 10 9999.0130 — 3/8" STEEL PLATE FOR SIDEWALK CROSS][NG 11 12 Furnish and install 3/8" thick stainless steel plate with slip resistant rolled diamond patterning cut 13 to the dimensions provided in the plans. 14 15 PAYMENT: Payment shall be made per square foot of plate at the unit price shown on the 16 proposal and will include full compensation for all Iabor, tools and incidentals necessary to 17 complete the work. 18 19 9999.0140 — REMOVE & RELOCATE MAILBOX 20 21 Remove the existing mailbox using care to prevent damage. Furnish new mailbox of same make 22 for any mailbox damaged during removal or replacement. Install mailbox at new location 23 indicated in the plans. Provide foundation support as recommended by manufacturer. 24 25 PAYMENT: Payment shall be made per each relocated mailbox at the unit price shown on the 26 proposal, and will include full compensation for all labor, tools and incidentals necessary to 27 complete the work, including any foundational support. 28 1 29 9999.0150 -- REMOVE & RELOCATE BOLLARD 30 31 Remove existing bollard and reinstall at location indicated in the plans. Excavations for new 32 bollard locations may be backfilled with soils used from the excavation (if determined as suitable 33 by the soils testing laboratory) or select material, and shall be compacted to at least 90% of the 34 maximum dry density as determined by the standard proctor. 35 36 PAYMENT: Payment shall be made per each relocated bollard at the unit price shown on the 37 proposal, and will include full compensation for all labor, tools and .incidentals necessary to 38 complete the work, including any foundational support. 39 40 9999.0160 — REMOVE & SALVAGE ADVANCE WARNING SYSTEM 41 42 The Contractor shall subcontract with High Sierra Electronics, Inc. for the removal of the City of 43 Fort Worth's Advance Warning System (AWS) devices. High Sierra Electronics,lne. shall 44 remove, inventory and store the devices for the future use of the devices. The removal of the 45 AWS devices shall only occur once the Contractor has an approved and adequate MUTCD 46 Traffic Control Plan in place or the road has been closed as a result of construction activity. Prior 47 to removal of the AWS devices, the Contractor shall notify the City of Fort Worth Storinwater 48 Management Division. (Timothy Royer) at 817-392-6329, fourteen days in advance, to schedule 49 the removal of all necessary devices. 50 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Proj ect No. 01419 999900--5 SPECIAL TECI-IMCAL SPECIFICATIONS Page 5 of 23 1 See Appendix for High Sierra Electronics, Inc. quotation for removal of the City of Fort Worth's 2 Advance Warning System devices. 3 4 PAYMENT: Payment shall be made per lump sum at the rp e_bici unit price shown on the 5 proposal, which is the actual cost of the work per High Sierra Electronics, Inc. quote, plus ten 6 percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the 7 construction. 8 9 9999.0170 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 10 IMPROVEMENTS NOT ITEMIZED ALL WORD COMPLETED UNDER THIS ITEM . I I SMALL BE APPROVED BY OWNER IN WRITING. 12 13 This item establishes a contract allowance to cover the costs for removal or relocation of existing 14 facilities not identified in the plans or specifications and for which no bid item is included. No 15 payment will be made under this item for any work identified in the plazas and specifications. 16 Written approval by the City of Fort Worth shall be obtained prior to commencing any work 17 under this item. 18 19 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 20 the cost of bond and overhead incurred by the Contractor. 21 22 9999.0180 — CONCRETE CURB (DOWEL) 23 24 Doweled concrete curb shall be constructed at the locations specified in the traffic control plans 25 and in accordance -with details shown in the pavement construction details. Doweled concrete 26 curb shall be constructed in accordance with City of Fort Worth Specification 32 16 13 "Concrete 27 Curb and Gutters and Valley Gutters". 28 29 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 30 proposal and will include full compensation for all labor, tools and incidentals necessary to 31 complete the work. 32 33 9999.0190 -- MOUNTABLE CURB AND GUTTER 34 35 Mountable curb and gutter shall be constructed at the locations specified in the roadway plans. 36 Mountable curb and gutter geometry shall match existing mountable curb geometry. Mountable 37 curb and gutter shall be constructed in accordance with City of Fort Worth Specification 32 16 13 38 `Concrete Curb and Gutters and Valley Gutters". 39 40 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 41 proposal and will include full compensation for all labor, tools and incidentals necessary to 42 complete the work. 43 44 9999.0200 CONCRETE READER 45 46 Concrete header shall be constructed in accordance with details shown in the pavement 47 construction details. Concrete paving shall be constructed in accordance with City of Fort Worth 48 Specification 32 13 13 "Concrete Paving". 49 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-6 SPECIAL TECHNICAL SPECIFICATIONS Page 6 of 23 I PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 2 proposal and will include full compensation for all labor, tools and incidentals necessary to 3 complete the work. 5 9999.0210 -- RETAINING WALL. (MSE) 6 7 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 8 Bridges 2004 Edition, Item No. 423, "Retaining Walls" for specifications governing this item. 9 htt :llft .dot.state.tx.us/ ub/txdot-info/des/s ecs/s ecbook. df 10 11 PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and 12 will include full compensation for all labor, tools and incidentals necessary to complete the work. 13 14 9999.0220 — RIPRAP (RW MOW STRiP)(4 M 15 16 See.TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 17 Bridges 2004 Edition, Item No. 432, "Riprap" for specifications governing this item. 18 httpJ/ft/ftp.dot.state.tx.us/pub/txdot-info/des/spees/specbook.pdf. 19 20 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 21 wiIl include full compensation for all labor, tools and incidentals necessary to complete the work. 22 23 9999.0230 — RAIL (HANDRAIL)(PRD-13 TYF) 24 25 See TxDOT Standard Specifications for Constructionand Maintenance of Highways, Streets, and 26 Bridges 2004 Edition, Item No. 450, "Railing" for specifications governing this item. 27 htt :llft .dot.state.tx.us/ ub/txdot-info/des/s ecs/s ecbook. df. 28 29 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 30 will include full compensation for all labor, tools and incidentals necessary to complete the work. 31 32 9999.0240 — WHEEL STOP 33 34 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 35 Bridges 2004 Edition, Special Specification No. 5434, "Precast Concrete Wheel Stops" for 36 specifications governing this item. 37 ft://iI .dot.state.tx.us/ ub/txdot-info/cmd/eserve/s ecs/2004/s ec/Ss5434. df. 38 39 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 40 include full compensation for all labor, tools and incidentals necessary to complete the work. 41 42 9999.0250 - BRICK WALL WITH PLLASTERS 43 44 Construct brick masonry wall and wall foundation as shown in the plans. Wall materials and 45 dimensions shall match that of the existing wall. Wall materials shall be approved by the 46 property owner prior to construction. The sign on the existing wall shall be preserved and 47 remounted on the proposed wall as part of the wall construction. 48 49 PAYMENT: Payment shall be made per linear foot of new wall, measured along the wall 50 centerline to the outside edge of end pilasters at the unit price shown on the proposal, and will 51 include full compensation for all labor, tools and incidentals necessary to complete the work. 52 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900--7 SPECIAL TECHNICAL SPECIFICATIONS Page 7 of 23 1 9999.0260 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 2 IMPROVEMENTS NOT ITEMIZED ALL WORK COMPLETED UNDER. THIS ITEM 3 SHALL BE APPROVED BY OWNED IN WRITING. 4 5 This item establishes a contract allowance to cover the costs .for needed roadway related 6 construction not identified in the plans or specifications and for which no bid item is included. 7 No payment will be made under this item for any work identified in the plans and specifications. 8 Written approval by the City of Fort Worth shall be obtained prior to commencing any work 9 under this item. 10 11 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 12 the cost of bond and overhead incurred by the Contractor. 13 14 9999.0270 — TEMPORARY 15" CMP 15 16 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 17 Bridges 2004 Edition, Item No. 460, "Corrugated Metal Pipe" for specifications governing this 18 item. http:/lftp.dot.state.tx.us/pub/txdot-info/des/specs/sl2ecbook.pdf. 19 20 PAYMENT. Payment shall be made per linear foot at the unit price shown on the proposal and 21 will include full compensation for all labor, tools and incidentals necessary to complete the work. 22 23 9999.0280 — TEMPORARY 18" CMP 24 25 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 26 Bridges 2004 Edition, Item No. 460, "Corrugated Metal Pipe" for specifications governing this 27 item. htt ://ft .dot.state.tx.us/ ub/txdot-info/des/s ecs/s ecbook. df. 28 29 PAYMENT: Payment shall be made per Iinear foot at the unit price shown on the proposal and 30 will include full compensation for all labor, tools and incidentals necessary to complete the work. 31 32 9999.0290 — LPCB TY 1 FURNISH & INSTALL 33 9999.0300 — LPCB TY 2 FURNISH & INSTALL 34 35 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 36 Bridges 2004 Edition, Item No. 512, "Portable Concrete Traffic Barrier" for specifications 37 governing this item. !M://ftp.dot.state.tx.us/pub/txdot info/des/specs/spccbook.pdf. 38 39 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 40 will include full compensation for all labor, tools and incidentals necessary to complete the work. 41 42 9999.0310 — WK ZN PAV MRK NON-REMOV (W) 4" (SLD) 43 9999.0320 -- WK ZN PAV MRK NON REMOV 4" SLD 44 9999.0330 — WK ZN PAV MRK NON -RE, MOV (W) 12" (SLD) 45 46 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 47 Bridges 2004 Edition, Item No. 662, "Work Zone Pavement Markings" for specifications 48 governing this item. http://ftpdot.state.tx.us/pub/txdot-info/des/specs/sp6ebook.pdf. 49 50 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 51 will include full compensation for all labor, tools and incidentals necessary to complete the work. SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 20i9 City Project No. 01419 999900-8 SPECIAL. TECHNICAL. SPECIFICATIONS Page 8 of23 2 9999.0340 — ORANGE MESH PERIMETER FRNCE 3 4 See TxDOT Standard Specifications fox Construction and Maintenance of Highways, Streets, and 5 Bridges 2004 Edition, Special Specification No. 1122, "Temporary Erosion, Sedimentation, and 6 Environmental Controls" for specifications governing this item. 7 ftp://ftp.dot.state.tx.us/pub/txdot-info/cmd/cscrve/s oes/2004/s ec/ss 1122. df. 8 9 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 10 will include full compensation for all labor, tools and incidentals necessary to complete the work. 11 12 9999.0341 TRAFFIC CONTROL 13 14 This item shall include the preparation of Traffic Control Plans by a licensed professional 15 engineer in the state of Texas, submittal of signed Traffic Control Plans to the City of Fort Worth 16 and Engineer for review and approval or comment, and implementation of the Traffic Control 17 Plan during construction. Traffic control included under this item includes areas North of David 18 Strickland Road. Areas South of David Strickland Road are to be bid under separate items. 19 20 Implementation of this item shall include all barricades, concrete barriers, temporary shoring, 21 temporary pavement, temporary striping, channelizing devices, flagmen, temporary signal, 22 temporary signs, and any and all work and materials needed to maintain traffic operations along 23 Parker Henderson Road at all times during regular school season. Traffic control must meet the 24 city of Fort Worth and TMUTCD requirements. 25 26 Measurement and payment for this item shall be lump sum. 27 28 29 9999.0350 BYD ITEM — GRAVITY WALL 30 31 PART 1: GENERAL, 32 33 1.1 Scope 34 Work includes furnishing and installing concrete retaining wall units to the lines and grades designated 35 on the construction drawings and as specified herein. 36 1.2 Reference Standards 37 ASTM C94 Ready -Mixed Concrete 38 ASTM C1372 Segmental Retaining Wall Units 39 1.3 Delivery, Storage, and Handling 40 A. Contractor shall check the materials upon delivery to assure proper material has been received, 41 B. Contractor shall prevent excessive mud, wet cement and like materials from coming in contact 42 with the SRW units, 43 C. Contractor shall protect the materials from damage. Damaged material shall not be incorporated 44 in the project. 45 46 PART 2: MATERIALS 47 48 2.1 Wall Units 49 A. Wall units shall be Redi-Rock' or approved equal as produced by a licensed manufacturer. 50 B. Wall units shall be made with Ready -Mixed concrete in accordance with ASTM C94, latest 51 revision, and per the following chart: SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No, 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 999900-9 SPECIAL TECHNICAL SPECIFICATIONS Page 9 of23 Climate Air Content 28 Day Compressive Strength, psi Slump* Negligible 1%%-4%% 4000 5"+1 '/2" Moderate 3%-6% 4000 5" ±I %" Severe 4%%-7%% 4000 5" ±I '/" *Higher slumps are allowed if achieved by use of appropriate admixtures. Notwithstanding anything stated above, all material used in the wall units must meet applicable ASTM and local requirements for exterior concrete. FRUffiffegwoue C. Exterior block dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 1% excluding the architectural surface. Maximum width (face to back), deviation including the architectural surface shall be 1.0 inch. D. Exposed face shall be finished as specified_ Other surfaces to be smooth form type. Dime -size bug holes on the block face may be patched and/or shake on color stain can be used to blend into the remainder of the block face. 2.2 Leveling Pad and Free Draining Backfill A. Leveling pad shall be crushed stone. See detail sheet defining Leveling Pad options for drain placement in the bottom of the foundation leveling pad. B. Free Draining Backfill material shall be washed stone and shall be placed to a minimum of 1' width behind the back of the wall and shall extend vertically from the Leveling Pad to an elevation 4" below the top of wall. C. Backfill material shall be approved by the geotechnical engineer. Site excavated soils may be used if approved unless otherwise specified in the drawings. Unsuitable soils with a PL>6, organic soils and frost susceptible soils shall not be used within a 1 to I influence area. D. Non -woven geotextile cloth shall be placed between the Free Draining Backfill and retained soil if required. E. Where additional fill is needed, Contractor shall submit sample and specifications to the Engineer for approval. 2.3 Drainage A. Internal and external drainage shall be evaluated by the Professional Engineer who is responsible for the final wall design. 2.4 Geogrid Connection SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 99 99 00 - 10 SPECIAL TECHNICAL SPECIFICATIONS Page 10 of23 A. Fiberglass rod used in the Type 1AT Geo-Grid connection shall be 7/16" diameter. Only fiberglass rod obtained from an authorized Redi-Rock' dealer or approved equal shall be. used. Part 2 - ]PART 3: CONSTRUCTION OF WALK SYSTEM 3.1 Excavation A. Contractor shall excavate to the lines and grades shown on the construction drawings. 3.2 Foundation Soil Preparation A. Native foundation soil shall be compacted to 95% of standard proctor or 90% of modified proctor prior to placement of the Leveling Pad material. B, In -situ foundation soil shall be examined by the Engineer to ensure that the actual foundation soil strength meets or exceeds assumed design strength. Soil not meeting the required strength shall be removed and replaced with acceptable, compacted material. 3.3 Leveling Pad Placement A. Leveling Pad shall be placed as shown on the construction drawings. B. Leveling Pad shall be placed on undisturbed native soils or suitable replacements fills. C. Leveling Pad shall be compacted to 95% of standard proctor or 90% of modified proctor to ensure a level, hard surface on which to place the first course blocks. Pad shall be constructed to the proper elevation to ensure the final elevation shown on the plans. D. Leveling Pad shall have a 6 inch minimum depth for walls under 8 feet in height and a 12 inch minimum depth for walls over 8 feet. Pad dimensions shall extend beyond the blocks in all directions to a distance at least equal to the depth of the pad or as designed by Engineer: E. For steps and pavers, a minimum of I" - 1 `/2" of free draining sand shall be screeded smooth to act as a placement bed for the steps or pavers. 3A Unit Installation A. The first course of wall units shall be placed on the prepared Leveling Pad with the aesthetic surface facing out and the front edges tight together. All units shall be checked for level and alignment as they are placed. B. Ensure that units are in full contact with Leveling Pad. Proper care shall be taken to develop straight lines and smooth curves on base course as per wall layout. C. The backfill in front and back of entire base row shall be placed and compacted to firmly lock them in place. Check all units again for level and alignment. All excess material shall be swept from top of units. D. Install next course of wall units on top of base row. Position blocks to be offset from seams of blocks below. Blocks shall be placed fully forward so knob and groove are engaged. Check each block for proper alignment and Ievel. Backfill to 12 inch width behind block with Free Draining Backfill. Spread backfill in uniform lifts not exceeding 9 inches. Employ methods using lightweight compaction equipment that will not disrupt the stability or batter of the wall. Hand - operated plate compaction equipment shall be used around the block and within 3 feet of the wall to achieve consolidation. Compact backfill to 95% of standard proctor (ASTM D 698, AASHTO T-99) density within 2% of its optimum moisture content. E. Install each subsequent course in like manner. Repeat procedure to the extent of wall height. F. Allowable construction tolerance at the wall face is 2 degrees vertically and 1 inch in 10 feet horizontally. G. All walls shall be installed in accordance with local building codes and requirements. 3.S Geogrid Installation A. See Wall Installation instructions. PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and will include frill compensation for all labor, tools and incidentals necessary to complete the work. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 999900- I1 SPECIAL TEC-INICAL SPECIFICATIONS Page 11 of23 2 9999.0360 — PW WALL FOR 7-11'x11' MBC 3 4 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 5 Bridges 2004 Edition, Item No. 466, "Headwalls and Wingwalls" for specifications governing 6 this item. http:///ftp.dot.state.tx.us/pub/txdot-info/des/specs/spoebook.12df 7 8 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 9 include full compensation for all labor, tools and incidentals necessary to complete the work. 10 11 9999.0370 — INTERLOCKING ARTICULATING CONCRETE BLOCKS 12 13 14 GENERAL 15 16 Scope of Work 17 18 The contractor shall furnish all labor, materials, equipment, and incidentals required for, and 19 perform all operations in connection with, the installation of the ArmorFlex Articulating 20 Concrete Block (ACB) system in accordance with the lines, grades, design and dimensions shown 21 on the Contract Drawings and as specified herein. 22 23 Submittal 24 25 The Contractor shall submit to the Engineer of Record (EOR) evidence of full-scale hydraulic 26 testing in accordance with ASTM D-7277, and if necessary, Factor of Safety (FoS) calculations in 27 support of the proposed ACB system stamped and signed by a Professional Engineer licensed to 28 practice in the state where the -project is located. The Contractor shall also submit to the FOR an 29 appropriate geotextile, selected for the site being protected on the basis of the 'gradation and 30 permeability of the surface soils, which information shall have been provided by the FOR or the 31 designated geotechnical engineer. 32 33 The Contractor shall furnish manufacturer's certificates of compliance for ACB/mats, revetment 34 cable, geotextile, and any revetment cable fittings and connectors. The Contractor shall also 35 furnish the manufacturer's specifications, literature, preliminary shop drawings for the layout of 36 the mats, installation and safety instructions, and any recommendations, if applicable, that are 37 specifically related to the project. If a color has been specified for the block, the Contractor shall 38 submit a color chart indicating the specified standard color. 39 40 Alternative materials from qualified suppliers may be considered; to qualify, proposed alternative 41 suppliers must own and operate their own manufacturing facility, and shall directly employ a 42 minimum of five (5) registered Professional Engineers. Full documentation consistent with the 43 foregoing must be submitted in writing to the FOR a minimum of twenty (20) business days prior . 44 to bid date, and must be pre -approved in writing as an addendurrr to the bid documents and 45 drawings by the FOR at least ten (10) business days prior to bid date. Submittal packages must 46 also include, as a minimum, the following: 47 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 12 SPECIAL TECHNICAL SPECIFICATIONS Page 12 of23 1 1. Evidence of satisfactory full-scale laboratory testing in accordance with ASTM D 2 7277, Standard Test Method for Performance Testing of Articulating Concrete Block 3 (ACB) Revetment Systems for Hydraulic Stability in Open Channel Flow, performed 4 on behalf the submitting manufacturer on a qualifying test flume of sufficient length 5 for the test flows to achieve normal depth in all cases, and associated engineered 6 calculations quantifying the FoS of the proposed ACB system under the design 7 conditions of the specific project, stamped and signed by a registered Professional 8 Engineer residing in and licensed to practice in the state where the project is located; 9 10 2. A list of 5 comparable projects, in terms of size and applications, in the United I I States, where the satisfactory performance of the specific alternate ACB system can I2 be verified after a minimum of five (5) years of service Iife; 13 14 3. Information about, or certifications of, all materials associated with the ACB system 15 as detailed above, including (but not limited to) cable, fittings, geotextile, and any 16 other materials required for satisfactory installation in accordance with ASTM D 17 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) 18 Revetment Systems; 19 20 4. The names and contact information (phone numbers and e-mail addresses, at a 21 minimum) for the suppliers' representatives, for technical, production or logistics 22 questions, at least one of whom must reside in the state where the project is located. 23 24 PRODUCT 25 26 General 27 28 All ACB mats shall be prefabricated as an assembly of concrete blocks having specific hydraulic 29 capacities, and laced with revetment cables. The ACB system may also be assembled on -site by 30 hand -placing the individual units either with or without subsequent insertion of cables. 31 32 lndividual units in the system shall be staggered and interlocked for enhanced stability. The mats 33 shall be constructed of open and/or closed cell units as shown on the contract drawings. The open 34 cell units have two (2) vertical openings of rectangular cross section with sufficient wall thickness 35 to resist cracking during shipping and installation. The open cell units have an open area of 18- 36 23% as measured from the base of the mat. Parallel strands of cable shall extend through a 37 minimum of two (2) cable ducts in each .block allowing for longitudinal binding of the units 38 within a mat. Each row of units shall be laterally offset by one-half of a block width from the 39 adjacent row so that any given block is cabled to four other blocks (two in the row above and two 40 in the row below). 41 42 . Each block shall incorporate interlocking surfaces that minimize lateral displacement of the 43 blocks within the mats when they are lifted by the longitudinal revetment cables. The interlocking 44 surfaces must not protrude beyond the perimeter of the blocks to such an extent that they reduce 45 the flexibility or articulation capability of the ACB mats or become damaged or broken when the 46 mats are lifted during shipment or placement. Once the mats are in place, the interlocking 47 surfaces shall minimize the lateral displacement of the blocks even if the cables should become 48 damaged or removed. The mats must be able to flex a :minimum of 18' between any given row or 49 column of blocks in the uplift direction and 45' in the downward direction. 50 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 13 SPECIAL TECHNICAL SPECIFICATIONS Page 13 of23 I The cables inserted into the mats shall form lifting loops at one end of the mat with the 2 corresponding cable ends spliced together to form a Iifting loop at the other end of the mat. The 3 FOR shall approve appropriate sleeves for use in order to splice the lifting loop. The cables shall 4 be inserted after sufficient time has been allowed for the concrete to complete the curing process. 6 The ACB mats shall be placed on a filter fabric as specified. herein. Under no circumstances shall 7 the filter fabric be permanently affixed or otherwise adhered to the blocks or mats; i.e., the filter 8 fabric shall be independent of the block system. 9 10 Certification (Open -Channel blow): ACB mats will only be accepted when accompanied by 11 documented hydraulic performance characteristics that are derived from tests under controlled 12 flow conditions. Testing shall conform to ASTMD 7277, Standard Test Method for Performance 13 Testing of Articulating Concrete Black (ACB) Revetment Systems for Hydraulic Stability in Open 14 Channel Flow, as amended and updated. Note that all hydraulic performance testing shall be 15 performed in a 2H:I V flume, and that the tested length be long enough that the test flows achieve 16 normal depth in all cases. Analysis and interpretation of the test data shall conform to the 17 guidance contained in ASTM D 7276, Standard Guide for Analysis and Interpretation of Test 18 Data for Articulating Concrete Block (ACB) Revetment Systems in Open Channel Flow, as 19 amended and updated. 20 2I Performance (Open -Channel flow): The design of the ACB mats shall be in accordance with 22 the Factor -of -Safety design methodology as described in "Erosion and Sedimentation" by Pierre 23 JuIien, Cambridge University Press, Second Ed. 2010. The minimum designed safety factor shall 24 be 1.5 by utilizing the following equation. 25 26 SF = ((42 / Sl) aa) / ((I - ae2)0_5 cos J3 + n (,92 / a 1) + (83 Fd' cos S + $4 F1'} / q,wS) ? 1.5 27 28 where 51, 87, 1%, & I4 are geometric properties of the block, ae, P, & S are angles characteristic of 29 the site..and. application, r] is the stability number for a sloped surface, Ird & F1 are the drag and lift 30 forces, respectively, and Ws is the submerged weight of the block. ArmorFlex block geometric 31 parameters are available upon request. 32 33 The analysis shall be performed based upon the stability of the ACBs due to gravity forces alone, 34 neglecting conservative forces added by cabling, mechanical anchorage, contact with adjacent 35 blocks, or other restraints not attributable to gravity based forces. The analysis must account for a 36 0.5-inch block projection, in accordance with ASTMD 6884, Standard Practice for Installation of 37 Articulating Concrete Block (ACB) Revetment Systems, Section 6.3.3. Site grading 38 " requirements may not be used to omit this requirement for standard (non -tapered) block. 39 40 41 42 43 44 45 46 47 All design calculations submitted must be based upon the smallest block utilized in the mats. Partial "half blocks" must be analyzed separately. In order to analyze the performance of the unit, the hydraulic information listed below is required: ACB HYDRAULIC INFORMATION SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road Apri125, 2019 City Project No, 01419 999900-14 SPECIAL TEC1­11 FICAL SPECIFICATIONS Page 14 of 23 1 Articulating Concrete Blocks 2 3 Scope: This specification covers ACB mats used for general erosion control, slope stabilization, 4 channel armoring and channel protection. Installations may be exposed to infrequent and/or light- 5 duty vehicular loading, such as for low-water crossings or boat ramps, by specifying a minimum 6 thickness of 6". Concrete units covered by this specification are made from lightweight or normal 7 weight aggregates, or both. The values stated in U.S. customary units are to be regarded as the 8 standard. 9 10 Materials: Cementitious Materials - Materials shall conform to the following applicable ASTM 11 specifications: 12 1. Portland Cements - Specification C 150, for Portland Cement. 13 2. Blended Cements - Specification C 595, for Blended Hydraulic Cements. 14 3. Hydrated Lime Types - Specification C 207, for Hydrated Lime Types. 15 4. Pozzolans - Specification C 618, for Fly Ash and Raw or Calcined Natural Pozzolans for use 16 in Portland Cement Concrete. 17 5. Aggregates --- Specification C 33, for Concrete Aggregates, except that grading requirements 18 shall not necessarily apply. 19 20 Casting: The ACB units shall be produced using a dry cast method. Dry cast units obtain strength 21 more quickly than wet cast blocks, and will also achieve a greater uniformity of quality and 22 greater durability. 23 24 Physical Requirements: At the time of delivery to the work site, the ACB units shall conform to 25 the physical requirements prescribed in Table 2 listed below. 26 27 2 PHYSICAL REQUIREMENTS Compressive Strength Net Area Water Absorption Min. p.sJ (Mpa) Max. lb/fe (kg/m) Avg. of 3 units Individual Unit Avg- of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 9.1(160) 11.7 (192) 28 29 Units will be sampled and tested in accordance with ASTM D 6684, Standard Specification for 30 Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. 31 32 Visual Inspection: All units shall be sound and free of defects which would interfere with the 33 'proper placement of the unit, or which would impair the performance of the system. Surface 34 cracks incidental to the usual methods of manufacture, or surface chapping resulting from 35 customary methods of handling in shipment and delivery, shall not be deemed grounds for 36 rejection. 37 38 Cracks exceeding 0.25 inches (.635 cm) in width and/or 1.0 inch (2.54 cm) in depth shall be 39 deemed grounds for rejection. Chipping resulting in a weight loss exceeding 10% of the average 40 weight of a concrete unit shall be deemed grounds for rejection. 41 42 Blocks rejected prior to delivery from the point of manufacture shall be replaced at the 43 manufacturer's expense. Blocks rejected at the job site shall be repaired with structural grout or 44 replaced upon request at the expense of the contractor. 45 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. OI419 99 99 00 - 15 SPECIAL TECHNICAL SPECIFICATIONS Page 15 of23 1 Sampling and Testing: The purchaser (or their authorized representative) shall be accorded 2 access to the relevant manufacturing facility or facilities, if desired, in order to inspect and/or 3 sample the ACB units from lots ready for delivery prior to release for delivery to the job site. 4 Such inspections are at the sole expense of the requesting entity. 5 6 Field installation shall be consistent with the way the system was installed in preparation for 7 hydraulic testing pursuant to 4STM D 7277, Standard Test Method for Performance Testing of 8 Articulating Concrete Block (ACB) Revetment Systems for Hydraulic Stability in Open Channel 9 Flow. Any external restraints, anchors, or other ancillary components (such as synthetic drainage 10 mediums) shall be employed as they were during testing; e.g., if the hydraulic testing installation 11 utilized a drainage layer, then the field installation must also utilize a drainage layer. This does 12 not preclude the use of other section components for other purposes, e.g., a geogrid for 13 strengthening the subgrade for vehicular loading, or an intermediate filter layer of sand to protect 14 very fine -gained native soils. 15 16 Hydraulic testing shall be conducted on the thinnest block in a "family" of similar blocks (i.e., 17 same footprint but different thicknesses), with the tested critical shear value then converted to a 18 critical shear at 0° before extrapolation to thicker blocks within the same family. Such 19 extrapolation may not be made from a thicker block to a thinner block. The extrapolation method 20 is detailed in the National Concrete Masonry Association (NCMA) "Design Manual for 21 Articulated Concrete Block (ACB) Revetment Systems", section 4.2. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Purchaser may request additional testing other than that provided by the manufacturer as needed. Such requested testing will extend any stated lead times for manufacturing and delivery, if the results of such testing are a prerequisite to approval (i.e., approval for release to manufacturing). Costs associated with such testing shall be borne by the purchaser. Manufacturer Articulating concrete blocks (ACB's) shall be ArmorFlex® Block and a Half as manufactured and sold by: ARMORTEC, A Contech Company 9025 Centre Pointe Dr., Suite 400 West Chester, OH 45269 Phone: 1-800-645-7000 Fax: 1-513-645-7993 URL: http:I/www.conteches.com/Products/Erosion-Control/Hard Armor/ArmorFlex The selected ARMORFLEXO blocks shall have the following nominal characteristics: STANDARD SIZES OF ARMORFLEX® BLOCKS CLASS TYPE MIN. WEIGHT (1bs) BLOCK SIZE OPEN AREA % Length (in) Width (in) Height* (in) 40BAAH Open.. 59 17.4 15.5 4.75 20 50BAAH Open 76 17.4 15.5 6.0 20 70BAAH Open 113 17.4 15.5 8.5 20 45BAAH Closed 71 17.4 15.5 4.75 10 55BAAH Closed 91 17.4 15.5 6.0 10 85BAAH Closed 135 17.4 15.5 8.5 10 *Block height may vary based on local mane acture's ca abilities. SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 2 Revetment Cable and Fittings 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 99 99 00 - 16 SPECIAL TECHNICAL SPECIFICATIONS Page 16 of23 Option R. Polyester Revetment Cable and Fittings: Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats, in accordance with ASTM D-6684 paragraph 5.5.2. Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 200D2 and a load equal to 10%, 20% or 30% of the cable's approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is + 5%. ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 1 30% 0.6 11.4 J 2.2 The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. Selection of cable and fittings shalt be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Fittings such as sleeves and stops shall be aluminum and washers shall be plastic unless otherwise shown on the Contract Drawings. Option 2. Galvanized Steel Revetment Cable and Fittings: Revetment cable shall be constructed of preformed galvanized aircraft cable (GAC). The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats. The revetment cable shall exhibit resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel or plastic. Furthermore, depending on material availability, the cable type (7x7 or 7x19) can be interchanged while always ensuring the required factor of safety for the cable. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during Iifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 75% of the minimum rated cable strength. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project Na. 01419 999900- 17 SPECIAL TECHNICAL SPECTFTCATIONS Page 17 of23 1 2 Anchors 3 4 The specifying FOR may require, at his/her discretion, permanent anchoring of the mats, e.g., by 5 the use of ancillary earth anchors or attachment to other structures using the lifting cable loops, or 6 through the open cells of an open -cell block. The design of the ArmorFlex system is intended to 7 provide hydraulic stability without the use of such anchors; consequently, any such anchor design 8 shall be by others as approved by the FOR. 9 10 Filter Fabric 11 12 The geotextile filter shall meet the minimum physical requirements listed in Table No. 3 of these 13 Specifications. Consultation with the manufacturer is recommended; the standard for sizing 14 geotextile for these applications is AASHTO M-288, Permanent Erosion Control. Either woven 15 or non -woven geotextile are acceptable, as long as they meet the other project requirements. 16 17 The geotextile fiber shall consist of a long -chain synthetic polymer composed of at least 85 18 percent by weight of propylene, ethylene, ester, or amide, and shall contain stabilizers and/or 19 inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration 20 due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the 21 outer fiber from pulling away from the geotextile. 22 23 The Contractor shall furnish manufacturer's certified test results to the EOR, showing actual test 24 values obtained when the physical properties are tested for compliance with the specifications. 25 26 During all periods of shipment and storage, the filter fabric shall be protected from direct 27 sunlight, UV radiation, and temperatures greater than 140°F. To the extent possible, the .fabric 28 shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to 29 sunlight or UV radiation until the installation process begins. 30 31 3 PHYSICAL REQUMEMENTS Phvsical Proaertv Test Procedure Minimum Value Grab Tensile Strength (Una ed Geotextile) ASTM D4632 IAWAASHTO M288 Class 2 Breaking Elongation (Una ed Geotextile) ASTM D4632 50% max. (in any principal direction) Burst Strength ASTM D3786 MWA.48HTO M288 Class 2 Puncture Strength ASTM D4833 MWAASHTO M288 Class 2 A.O.S., U.S. Std, Sieve ASTM D4751 Speeified by Permittivitv ASTM D4491 FOR 32 33 Final acceptance of the filtration geotextile must be made by the FOR based on -project specific 34 soil information. Soil characteristics such as grain size distribution, permeability, and plasticity 35 shall be determined for every 200,000 square feet of geotextile installed or for each source of 36 borrow material used during construction. Significant differences in soil characteristics may 37 require the performance of further sieve and possible hydrometer testing at the discretion of the 38 FOR. The locations for which the material to be tested is extracted shall be approved by the EOR. 39 The Contractor shall provide the site -specific soil and modified proctor curves for the site soil, at 40 his own expense, to the manufacturer. Also, the contractor shall be responsible for the 41 performance of the test by a certified independent laboratory experienced in performing such test. 42 The test shall be performed under the actual field soil conditions or as otherwise required by the 43 FOR. SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 18 SPECIAL TECHNICAL SPECIFICATIONS Page 18 of 23 1 2 At the time of installation, the filter fabric shall be rejected if it has been removed from its 3 protective cover for over 72 hours or has defects, tears, punctures, flow deterioration, or damage 4 incurred during manufacture, transportation or storage. With the acceptance of the EOR, placing a 5 filter fabric patch over the damaged area prior to placing the mats shall repair a torn or punctured 6 section of fabric. The patch shall be large enough to overlap a minimum of three (3) feet in all 7 directions. 9 Size of ACB Mats 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 General: The concrete blocks, cables and fittings shall be fabricated at the manufacturer or another approved location into mats with a width of up to eight (8) feet and a length up to forty (40) feet, which is approved by the FOR. The maximum mat length may be shorter for heavier blocks. Mat Length: The ACB mats shall have the ability for fabrication in various lengths, widths, and in combinations of length and/or widths. Special mats are a combination of two opposing dimensions either in the longitudinal or transverse direction of the mats. The special mats are available in various dimensions that allow for a custom fit to a site -specific project. Obstructions, such as manholes, pipe outfalls, or other fixed structures, will be accommodated to the extent that accurate information is provided about them prior to the preparation of mat layout drawings. FOUNDATION PREPARATION, GEOTEXTILE AND MAT PLACEMENT Subgrade Preparation General: All subgrade preparation shall be perforlried in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as updated and amended. Grading: The slope shall be graded to a smooth plane surface to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the individual ACBs. All slope deformities, roots, grade stakes, and stones which project normal to the local slope face must be re -graded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or other voids greater than. 0.5 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inches in depth normal to the Iocal slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. Where such areas are evident, they shall be brought to grade by placing compacted homogeneous material. The slope and slope face shall be uniformly compacted, and the depth of layers, homogeneity of soil, and amount of compaction shall be as required by the EOR. Excavation and preparation for all termination trenches or aprons shall be done in accordance to the lines, grades and dimensions shown in the Contract Drawings. The termination trench hinge - point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 inches over or under the local grade occur. The width of the termination trench hinge -point shall also be graded uniformly to assure intimate contact between all ACBs and the underlying grade at the hinge -point. Inspection: Immediately prior to placing the filter fabric and ACB mats, the prepared subgrade shall be inspected by the FOR as well as the owner's representative. No fabric or blocks shall be placed thereon until that area has been approved by each of these parties. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 999900- 19 SPECIAL TECHNICAL SPECIFICATIONS Page 19 of23 1 Placement of Geotextile Filter ]Fabric 2 3 General. All placement and preparation should be performed in accordance with ASTM D 6884, 4 Standard Practice for .installation of Articulating Concrete Block (ACB) Revetment Systems, as 5 updated and amended. Filter Fabric, or filtration geotextile, as specified elsewhere, will be placed 6 within the Iimits of ACBs shown on the Contract Drawings. 7 8 Placement. The filtration geotextile will be placed directly on the prepared area, in intimate 9 contact with the subgrade, and free of folds or wrinkles. The geotextile will not be walked on or 10 disturbed when the result is a loss of intimate contact between the ACB and the geotextile or i I between the geotextile and the subgrade. The geotextile filter fabric will be placed so that the 12 upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints will 13 be overlapped at least one and a half (1.5) feet for dry installations and at least three (3) feet for 14 below -water installations. The geotextile will extend at least one (1) foot beyond the top and 15 bottom revetment termination points, or as required by the EOR. If ACBs are assembled and. 16 placed as large mattresses, the top lap edge of the geotextile should not occur in the same location 17 as a space between ACB mats unless the space is concrete filled. 18 19 Placement of ACBs/Mats 20 2I General. ACB placement and preparation should be performed in accordance with ASTM D 22 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment 23 Systems, as amended and updated. 24 25 ACB block/mats, as specified in fart 2:A of these Specifications, will be constructed within the 26 specified lines and grades shown on the Contract Drawings. 27 28 Placement. The subgrade shall be prepared in such a manner as to produce a smooth plane 29 surface prior to placement of the ACBs or mats. No individual block within the plane of placed 30 ACBs will protrude more than one-half inch or as otherwise specified by the EOR. ACBs should 31 be flush and develop intimate contact with the subgrade section, as approved by the EOR. 32 Proposed hand placing is only to be used in limited areas, specifically identified by the FOR or 33 manufacturers' mat layout drawings, as approved by the EOR. 34 35 If assembled and placed as large mattresses, the ACB mats will be attached to a spreader bar or 36 other approved device to aid in the liming and placing of the mats in their proper position by the 37 use of a crane or other approved equipment. The equipment used should have adequate capacity 38 to place the mats without bumping, dragging, tearing or otherwise damaging the underlying 39 fabric. The mats will be placed side -by -side, so that the mats abut each other, and/or end -to -end. 40 Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 41 p.s.i. non -shrink grout, concrete or other material approved by the EOR. Whether placed by hand 42 or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface 43 in the direction of flow will require backfill at the grade change location so as to produce a 44 continuous surface. 45 46 Termination trenches will be backflled and compacted flush with the top of the blocks. The 47 integrity of the trench back -fill must be maintained so as to ensure a surface that is flush with the 48 top surface of the ACBs for its entire service life. Termination trenches will be back -filled as 49 shown on the Contract Drawings. Backfilling and compaction of trenches will be completed in�a 50 timely fashion. No more than SOO linear feet of placed ACBs with non -completed termination 51 trenches will be permitted at any time. 52 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 99 99 00 - 20 SPECIAL TECHNICAL SPECIFICATIONS Page 20 of 23 Finishing. The cells or openings in the ACBs will be backfilled and compacted with suitable material, as specified by the EOR. Backfilling and compaction will be completed in a timely manner so that no more than 500 feet of exposed mats exist at any time. Finishing requirements are explicitly at the discretion of the EOR. Consultation. The manufacturer of the ACBs/mats shall provide design and construction advice during the design and initial installation phases of the project when required or as necessary, at the discretion of the EOR. The ACB supplier shall provide, at a minimum, one full day or two half -days of on -site project support upon request. SPECIAL. TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 999900-21 SPECIAL TECKNICAL SPECIFICATIONS Page 21 of 23 9999.0380 -- TURF REINFORCEMENT MAT 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install turf reinforcement mat. 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA 1. The turf reinforcement mat fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew, and shall be rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and shall conform to the properties in the following table. 2. The average roll minimum value (weakest principal direction) for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principal direction) stipulated herein. Test Requirements. ro Minimum Value assl nit Area 7.5 oz S ASTM D-6566 hic ness 0.25In ASTM D-6525 Light ene ra ion o PassingT o ASTM D-6567 Color Green Grab Tensile Strength 0000800 Ib1ft ASTM D-6818 o. ngation 50% ASTM D-6818 Resiliency a D-6524 Rexi Rex ility 0. 195 in -lb ASTM D-6575 UV Resistance A 3000 hours 1 90% B. PACKING AND IDENTIFICATION REQUIREMENTS Provide the turf reinforcement mat in rolls wrapped with protective covering to protect the turf reinforcement mat from mud, dirt, dust, and debris. The turf reinforcement mat shall be free of defects or flaws which significantly affect its physical properties. Label each roll of turf reinforcement mat in the shipment with a number or symbol to identify that production run. C. SAMPLING AND COMPLIANCE REQUIREMENTS A competent laboratory must be maintained by the producer of the turf reinforcement mat at the point of manufacture to insure quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer's certificate upon request to the Engineer prior to shipment. The certificate shall include: 1. Name of manufacturer 2. Chemical composition SPECIAL TEC1-WICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-22 SPECIAL TECHNICAL SPECIFICATIONS Page 22 of 23 3. Product description 4. Statement of compliance to specification requirements 5. Signature of legally authorized official attesting to the information required 1.03 SUBMITTALS Submittals shall include Record Data and Samples. 2.00 PRODUCTS 2.01 MATERIALS TURF REINFORCEMENT MAT: Woven fabric consisting of U.V. stabilized polypropylene. 3.00 EXECUTION! 3.01 INSTALLATION A. Site Preparation —Grade the surface of installation areas so that the ground is smooth and compact. When seeding prior to installation, prepare for seeding by loosening the top 2" to 3" of soil. All gullies, rills, and any other disturbed areas must be fine graded prior to installation. Remove all large rocks, dirt clods, stumps, roots, grass clumps, trash, and other obstructions from the soil surface to allow for intimate contact between the soil surface and the mat. Exposure of turf reinforcement mats to the elements between laydown and cover shall be a maximum of 7 days to minimize damage potential. Install the turf reinforcement mat fabric in accordance with the plans. Construction vehicles will not be allowed to traffic directly on the fabric. Place and anchor turf reinforcement mat on a smooth graded surface approved by the Engineer. The turf reinforcement mat shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric. Anchoring of the terminal ends of the turf reinforcement mat shall be accomplished through the use of key trenches or aprons at the crest and the toe of the slope. Successive turf reinforcement mat sheets shall be overlapped so that the upstream sheet is placed over the downstream sheet and/or upslope over downslope. In underwater applications, the turf reinforcement mat and required thickness of backfill material shall be placed the same day. The turf reinforcement mat shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric. Overlaps when necessary shall be 12" minimum except when placed under water where the overlap shall be a minimum of 36". Use securing pins to insure proper anchoring of the fabric, with securing pins spaced at 5' centers. Securing pins shall be 3116" steel bars, pointed at one end and fabricated with a head to retain a steel washer having an outside diameter of not less than 1-112". The pin length shall not be less than 19". U-shaped pins or special staples shall be an acceptable option, if approved by the Engineer. C. Overlapping shall join the turf reinforcement mat. Seams shall be subject to the approval of the Engineer. Damaged turf reinforcement mat shall be repaired with turf reinforcement mat patch, placed over the damaged area and extended 3' beyond the perimeter of the tear or damage. April 25, 2019 City Project No. 01419 99 99 00 - 23 SPECIAL TECHNICAL SPECIFICATIONS Page 23 of 23 4.00 MEASUREMENTAND PAYMENT Turf reinforcement mat shall be measured for payment by the square yard in place. Measurement will be the nearest square yard. No allowance will be made for material in laps and seams. Payment will be made at the contract unit price bid for "Turf reinforcement mat", which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with placing the turf reinforcement mat as shown on the plans. No measurement of, nor payment for, will be included for securing pins, and costs incidental thereto shall be included in the contract unit price bid for "Turf reinforcement mat Neither measurement nor payment for will be made for damaged fabric due to the fault or negligence of the Contractor. 1 9999.0390 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 2 IMPROVEMENTS NOT ITEMIZED ALL WORK COMPLETED UNDER THIS ITEM 3 SHALL BE APPROVED BY OWNER IN WRITING. 4 5 This item establishes a contract allowance to cover the costs of stormwater related items not 6 identified in the plans or specifications and for which no bid item is included. No payment will 7 be made under this itemm for any work identified in the plans and specifications. Written approval 8 by the City of Fort Worth- shall be obtained prior to commencing any work under this item. 9 10 The payment to. the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 11 the cost of bond and overhead incurred by the Contractor. 12 13 9999.0391 -- l.l.'xl.I' MBC (Cast -in -Place) 14 15 This item shall include the preparation of detail drawings for construction of the I Pxl1' cast-in- 16 place multiple betel culvert, signed and sealed by an engineer licensed in the state of Texas. 17 Plans shall be submitted to the City of Fort Worth and Engineer for review, comment and 18 approval. 19 20 The construction of the culvert shall be performed in accordance with TxDOT Standard 21 Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004 Edition, 22 Item No. 462, "Concrete Box Culverts and Drains". http://ftp.dot.state.tx.us/pub/txdot- 23 info/des/specs/specbook.pdf. 24 25 9999.0392 — TEMPORARY SPECIAL SHORING 26 27 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 28 Bridges 2004 Edition, Item No. 403, "Temporary Special Shoring" for specifications governing 29 this item. http://ftp-dot.state.tx.us/pub/t.xdot-info/des/specslspecbook.pdf. 30 31 END OF SECTION SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 INTENTIONALLY LEFT BLANK 0005 is- I ADDENDA Page I of 3 1 SECTION 00 05 15- 2 ADDENDUM NO.3 3 4 PARKE R-RENDE1 SON ROAD 5 City Project No. 01419 6 7 Issue Date: July 9, 2019 8 Bid Receipt Date: July 11, 2019 9 to This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 16 17 18 19 1. The following modifications to the Plan Set are being made to the block retaining 20 wall at the creek crossing: 21 22 a) Delete Sheets '040 and replace this sheet with the attached revised sheet. 23 24 25 2. The following modifications to Specifications are being made to replace sections 26 with current hyperlinks, to delete instruction data on blanks, and to add current 27 sections: 28 29 a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. 30 b) Delete section. 00 4100. Replace with the attached revised section 00 41 00. 31 c) Delete section 00 43 13. Replace with the attached revised section 00 43 13. 32 d) Delete section 00 43 37. Replace with the attached revised section 00 43 37. 33 e) Add section 01 71 23.01 Attachment A Survey Staking Standards. 34 35 36 37 38 39 CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 1 z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 000515-2 ADDENDA Page 2 of 3 3. The following are responses to questions posed by participants at the pre -bid meeting: a) What is the engineer's estimate? $647 million b) Is the only road closure at Prairie Dog Creels Box Culverts? Yes c) Will the telephone line near the ditch be relocated for the 12" waterline? Yes. d) Can the waterline connection at 287 be made immediately? .For biddingpurposes, assume the construction sequence as shown in the plan set. e) Plan sheet No. 219 shows just vertical panels for traffic control for the -waterline construction. Will there be any other traffic control? Refer to TCP sheets (218-305). Traffic control for the water line construction must conform to the appropriate phase of the TCP. Waterline is constructed typically during TCP phase 1 stage 0; and phase 1, stage 2 step 1. f) Bid Item No. 21 says match existing water service. What are the sizes. 1", 2", 9 Sizes will vary. Bid based on any temporary services that you expect to be needed. g) Can you provide temporary asphalt pavement bid item for waterline (at 287 and side streets)? Yes, this is included in a previous addendum. h) Can bid date be moved to July 18? There are several other projects bidding 6127 and 7111 and award is not until September. Yes, this is included in a previous addendum. i) Show box culverts as pre -cast on plans (2 walls and space). This will affect the quantity of headwall. An alternative for cast -in -place culvert was included in a previous addendum. j) We may not be able to install box culverts and get concrete paving installed in summer 2020 when school is out. It could take another 2 months to get road open. Addressed with Addendum 2. k) And Pre -cast boxes will cost more that cast -in -place. Will cast -in -place be allowed with this schedule question? An alternative for cast -in -place culvert was included in a previous addendum. I) Look at corrugated plate structure with this skew at the creek (Contech rep). No — City preference. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2011 Parker -Henderson Road City Project No. 01419 00 05 15 - 3 ADDENDA Page 3 of 3 1 4. The following changes to the project workbook are being made to account for 2 adding alternate bids, adding temporary pavement, and other changes made in 3 previous addenda: 4 a) Delete the previous project workbook and replace with the attached 5 workbook. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION RECEIPT ACKNOWLEDGED B $ Con an : McCLENDON C 9 1NC'PO. Sox 999 - BURLESON, TEXAS 76097 TRANSPORTATION & PUBLIC WORKS DEPARTMENT B.-� Berton F G 'dry, r. P.E. OF # .................. BERTBN �F_ GUIDRY, JR d �r �........865...� ti5a q°,�F•./cEa5�°• f q ONAL CITY OF PORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are dcfmcd in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized -representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bad for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder. The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Codes of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2, City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. lPrequaliiication of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 bttps://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 42%20Contractor%2OPregualification%2OProgralm/PREQUALIFICATION°/o20RFQ 43 UIREMENTS%20FORo/o20PAVING%24CONTRACTORS.PDF? ublic 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 https://VroLctpoint.bt zzsaw.com/fortworthgov/Resources/02°/a20- 47 %20Cor)struction%2ODocuments/Contractor%2OPreq ualificatioll/TPW%2ORoadwa% 48 nd%20Pedestriati%2OLi ghtin7%2OPrequalif cation%2OPro graiu/STREET%2OLIGHT%o20 49 PP F-QUAL%20REOMNTS.pdf?public 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer — Requirements document located at; 2 htt s:// rojeet oint.buzzsaw.coln/fortwortliov/Resources/02%20- 3 %20Construction%2ODoctimenfs/Contractor%2OPrequalif cation/Water%20and%2 4 OSanitar %20Sewer%20Contractor%20Pre ualification%2OPro ram/WSS%20 re 5 qual%20requii-ements.doc?public 6 7 8 3.2, Each Bidder unless currently prequalified, must be prepared to submit to City within 9 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 17 bidder(s) for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not Iimited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council. 27 28 3.4, In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 4.1.4.Omitted 50 51 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 . 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such exploration's, investigations, tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation., examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.19. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents.. 42 43 4.2. Reference is made to Section 00 73 00 -- Supplementary Conditions for identification of: 44 45 42.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 4 INSTRUCTIONS TO BIDDCRS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or I 1 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other Iands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Parker Henderson Road STANDARD CONS"I'RUC1iON SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to continence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Nterpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Michael Weiss, F.E., Transportation and Public Works Fax: 817-392-8092 Email: Michael.Weiss@fortworthtexas.gov Phone: 817-392-8485 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at fittps://proieotpoint.btizzsaw.com/ bz restAVeb/Home/Index?folder=3733I##/ bz rest/Web/Item/ Item0folder-23 6 8113 . 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. Parker Henderson Road City Project No. 01419 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 0021 13 - 6 INSTRUCTIONS TO BIRDERS Page 6 of 9 1 7.2, The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such ,forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in I l accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9< Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Iterns 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth is Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Fonns including documentation must be received 37 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Norm 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0J419 Revised November 27, 2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 or 9 1 12.2. All blanks on the Bid Forni must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations ,shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address anal state of I4 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.& All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filed in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque scaled envelope, 46 marked with the City Project Number, Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 C[TY OF FORT WOaTE Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0t419 Revised November 27, 2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the inanner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2, Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 I4 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available I7 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1, Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any Iitigation against City, 41 City or Bidder may have a claim against the other or be engaged in Iitigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OP PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 10 173. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid amid to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City wiII award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Sighing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation_ 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0041 00 BID FORM Page 1 of 3 TO: The City Manager c/o: The Purchasing Department 200 Texas Street City of Fort Worth, Texas 16102 FOR: City Project No.: 01419 SECTION 00 41 00 BID FORM Parker Henderson Road From Mansfield Highway (BUS. 287) to E. Kellis Street Units/Sections: Unit I - Water Improvements Unit 11 - Stormwater Improvements Unit III - Paving & Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43.x1s 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalifled contractors and subcontractors: a. Water Improvements b. Stormwater Improvements G. Paving & Drainage Improvements d. Street Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {andlor achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Form Revised 20120327 00 42 43.x1s 0041 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on by the entity named below. Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No, 4: Corporate Seal: 00 42 43.xis SECTION! 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 1 That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Parker Henderson Road From Mansfield Highway (BUS. 287) to E. Kellis Street NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 12019. By: Company Name Here *By: (Signature and Title of Principal) (Signature of Attorney -of -Fact) Attach Power of Attorney (Surety) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20110627 00 42 43.x1s 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate. blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here Address Here Address Here or Space City, State zip Code Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Printed Name Here - (signature) - —� Title: Title Here Date: 00 42 43.xis ORTEG Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXVOrright-of-way or through joint TXDOi participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (htt onlinemanuals.txdot. ov txdotmanuals ess ess. df) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As --built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION I WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER " III. Standard Staking Suppi_ie_s Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A Survey Staking Standards,docx Page 3 of 22 uIV. ��r��� ���a ���� Control, and Datum. Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static CPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. 11. Network GPS such as the Western Data Systems or 5martNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No CPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. -- If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachmerit A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project, Prolected Coordinate System: NAD_1983—StatePlane_Texas—North_Central_FIPS_4202MFeet Projection: Lambert Conformal_ Conic Fa lse_Easti ng: 1968500.00000000 False —Northing. 6561666.66666667 Central Meridian:--98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude — Of — Origin: 31.66666667 Linear Unit:Foot US Geographic Coordinate System: GCS_ North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Nate. Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See .Pre erred Pile Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N, E,Z, D, N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street —Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 72 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A Survey Staking Standards.docx Page 6 of 22 Y U m Li 0 W 1016 w CL a Q ry O U CP #1 V d J (17 L dI J m 1D U) J J m 4 EL.= 100.0O° W L 0 O 0 N=5000.00 E_ 5000.00 (-) LLJ -z� �� C� 0 0 s r� �a CO= �C) � r W W W Cr ry Q V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.03 Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/1-) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IL Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be -t 0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 8 of 22 � e0 Z a 2 0 » n � 7/ « 3 9t9 " \\� \\ � g j \ ~\ � (� 2 b&m \2 ZLd \§»o _ mp,\cam!\ \ \ _ � Cn 2 , lame\ \ \ , \ \ 3§ \ §j � » a 2 § \ §§ b � � �& § ~ $( \/ o B � D\ L §\ § (§ / �_~ ( u& © - GE o L=tee /m \k§� \ ©§)§ � < mLd \ /> V\ Sanitary Sewers a!�n O: pec 2G Governance Pmes 7 mpom9 Spec Ram ape lDw r UpDeliveryDkoyo171 .16 f1- Attachme« Survey Staking xakamwd«w Page oa 22 A. Centerline Staking —Straight Line Tangents I. inverts shall be field verified and compared against the plans before staking U. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking -- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval il. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards,docx Page 10 of 22 Example Sanitary Sewer Stakes r. WO 0� o C) 7' {S S STA-33•'3' m c-40- �z C-402 � C--D- w LL- En et ' I z0 � Sao JJ �i c��ao 1y Q12 O 5 SS x STA=3�71°� ui C-3K� C—atea� � { q a LLI _cnzz I .mo. n Y Ix + w s� i I-M rg® C < r �5{3 CL SS W-Fes11 f-4� w < O z w u< LU ry L-i �- a rJ �3 w c3 Q 4yj}. Z 11. w6 71 77 t~7W OJ� � PO �U F- V rn CD �w �w Uli 2 U- 1-i1 2 N 0 a [n -i• a. 0 4 N 0 f S7 Y- !u Q w E a ui w tj O r�'i�i wO omo dp O o� 0 � 7' sra=a+oa �z Ln c—s af f+o nl�, LA d � (n Qc C] r 5 < 1 ❑{S 55 S A-a400 �m s " 0C r L9 w Ca Op r~j�G Fr l w N LY d Z w7 7)o x� 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01 Attachment A_Survey Staking Standards.docx Page 11 of 22 VIae Storm Severer & Irdet Sta➢ i A. Centerline Staking -- Straight Line Tangents I. 1 offset stake every 200' on even stations Il. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves 1. if arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IL Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets 1. Staking distances should be measured from end of wing ll. Standard 10' Inlet = 16.00' total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor IL Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 FIACK (913E MaND RA.-N.) Imo, I HL9 ELEVA7nQ 1 w I I Exampp a Storm Wet Stakes FRONT (SIDE FACING (L-) Q a U m m z rrn 1 t-10 FLAGQINJ ,REQUIf ED IN LIEU U PINK PAINT D LATH —I ICH END tFETHE WW BEING STPHEO 7� II INLET QTAT10N fi (IF' NOTED ON PLANS) .�C MIMES GRACE To TOP IF CUR@ O IDENTIFIES GRADE TO FLOWUNE BACK { WE MIND R.0 W_) PUNT 9 , I HUB 0XV00N a FRONT (SIDE FACING Q D19ANOEO FOR INLETS J L_ STANDARD 10' — W RECESSED W 20i 5TANDARU LIXBLE Td — 26.67 — — — J — RECESSED IILiJJ6LE SCI'_�' ::tY_67 — — — HUB 1'ARi TACK I I I GAM OF INLET I �I - �IANt"1oI� QI a I RSAI BACK OF WS9 FDC-E CdF phVEMENT FACE OF INLET EDGE OF FAWP 1fP1T FACE rF MET EDP OF O:\Specs-Stds Governance Process\Ternporary Spec Pes\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 IDENT TIES WICH ENO CF THE YANG BUNG SWED B, X OF SURH .~ FLOWLII•IF --- EOuE CF PAVEMENT V➢➢➢. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations V1. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking -- Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING q.) o FRONT IDW9HES DID FRONT r (SIDE FACIMa ft} FINT OF aA FRONT �I (SIDE FACING ) II)EfflnES START Pc `SIDE FACING �} POW CF CURVATURE 0 ET pp �1ciK�ir � ;ar� U! � @FNTiFlE3 OFFSET 15 TO � ¢ @an: rs curls eR F'fc U. x (SIDE FACING R.4,'N,) % FOR FACE OF CUFH a y + PUNT � 's + � I a/c NI Ili I ice n ROF pF MOFIES £#RAGE IS iliJ ny II NO G12Plf ON HU13 ELEVATION " RAPIUS POINTS 0 o -I I!i LIEU OF HNK PAINTED LAJH ��_ � � i I I 110-N. i rl — TOP (7F GURE3 zq Tt''FJ BACK OF CURS r r l� Iter__- ter- �5 FACE OF CUREI � l L----��C FLO WLI NE EDGF OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-5tds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 m / m& e | 0 I » f KA 7t5Q/ wo m° LL- e � \ 22 /( b � 2� §§§ a bm{ -- y ;1�` &® { � � � m -sim -ioe - / a-�e - �( ^©ƒ.WhoI MOV9 a|30NC*m«le � A & y _aw01x a \ m § - § ; \! IOL \� O: Pecs aGGovem,ncePmces 8Te mpom9s a RalaPi IDmi r DpDeli R DQodm G 2.+z1-mG+meaA-+R9s1Qm 7andesdo« Page b¥22 IX. Cast Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item 1 above) Date: Staking Method LOCATION: ❑ GPS CONS ULTANTICONTRACTOR SURVEY CREW INITIALS Standard City Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: © OTHER Al F GRAr)Fq ARF TO FLOWLINE OR TOIL OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT # STATION-�LTI+RT DESCRIPTION GRADE ELEV. "CUT +FILL O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16A1_Attachment A Survey Staking Standards.docx Page 17 of 22 X. As -built 5urve A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the properformat when submitted. 5eesection IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters 0:\Specs-5tds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance ProcessWemporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A —Survey Staking Standards.docx Page 19 of 22 r �7y�f e ■m] �E�Ci71LLlR ■��ST�1n I �r rr{IIII f n�rl�}1■YYCf3CyLn I' �'iw i _■L�m.m.rltl Qi r"�I�eiiio°r�ie�x?Ii~ S<�Jf}Tllsl "r [■L1"�r'�i �■I aia_�il' rFLi3�fi�[s��pli-AIIy'I,11`+{I.}u rRl0 1 MUM 2�° nu 5{x{r GT `5�Yi3 p�llj 1$I r] 1l III111 F�I�r, LZf1 ZIeHIL Ifr1Y iiaiIrS�!i�iL Y11J [[[!!! j9 �I ' or■ lltollllllllllIfo a���{ I.I,71Li s�UM. u�tli r■eliir�Y�' iI IIS u>suri�_��li■�� III Et[f e5n- o a ■ a'ralra s41 aur■ >tILi�u 7`� 31 n icdr 1ra en . LLTL�i ,y1yt Dailin' S �R , ll®u f'Gill�� e RLWiIr if1 iivmuiLrr�l�e� uey''i 7 ' r • i 1 ae�i�tl ao■ IL3xci�auz�� ■ n ■-'�n,,ti_sr a i i u. 137 ��9,'c�i ret ii L 1IM 0LLwi�al"Iiii'i#�:L,r ,.. r r ■ aNa uJ� �a Br�i=cali_-t•r i;' �am P-� s�x�iLl� °' ' L tiJi_�p-_=1�_�,�'� ' Ste] L 4I{, 11rIY �rl . rliiSll■Fy i Y ��� 191 E . i�' laiYise i i■iA Lfr7TIL ■ 1�1;' I1�i11��IT „ i[ai 7n7lISY �-�Mal =ZS■ • `lel 4CIf a O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 20 of 22 SrA p.pOgO - izWL rt aArTilV RM . STAO�7O0 - OWL iFi&n LM yEdl! FR(A'•10WAiTER rjffx lETE£ &K 6 LOT 2 �.a Vim, R_ rmf�+ar REAWE FXIST.-'� 1ZWN'FR SrA 0374P - LZYIL iPLDID LM LATE VNYE & REMO CayAaT TO m5r.4Ywk°E? I&YAU: r0=0 SLEEVE Pzxf-0C rE VALUER h 6 OZ VALVE Jd•GSY¢7D95fi4fO E-2cAxi37j794 LLrr lo" '� 99 Huac' FA Y1 �� %tYfe:h _ Cr THY a STA D•WS - ffWL LYSMEr r&Ix s wrrM rEE FeGOUT VALVE i. RRE mnewrs rr LF UhYaW LEWD FMOA E YAIV£ E-��g2i8tJ , r, ELEY.7zs3O ! 7 ,IX15T:&irE VAiYE PMOr - J�N.=STAI VA!lO99 ra..Dl'2 "-.•e a STA LMXE0 �- 0"L(FLUID raRl STR CYST58 ^ lZIS"i IRSTALL+ lHSTAU, h 12'14L SiYlD SLEEVE f!2'�'Y£kT. f1cHD an lF OF l2iYATER FLPP h`'�`�S-`'-� LCWAIE, T.FJ.T. l2'I .Tf � 2 328fa Nro"9i7l459279 wr! .NYC vian R7 IY.fvllF.YtY rsu.hrYi R £N< �n q fsf.• ..:..=53�3 ek rArrasrrr�frr�Erir�i�r� rr►-�rrd�rirrrs�vir� O:\Specs-Stds Governance Process\Temporary Spec F iles\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01TAttachment A_Survey Staking Standards.docx Page 21 of 22 -9-1d",-VxY 17,pe6 -5-V S S 23.16.01 Attachment A_Survey Staking Standards.docx Page 22 of 22 O:\Sp DLK 29 coT z G=,r�> RG V.Y nil�la LOT ff i l .nos .i1J -W— � P.Fc ,W{ LLJ a.T,n ^tea z avr. • tmffrrar� a i 1 Z_— -rSEpITIRY SEiYEN SE VICE W/ CJEAW T , z Q U) LAYTON RD . a a _ s�.C) D m iru w � op 2wx � e�. rzwa� . d v ` LINE A - L•3654 —a--4 — Ln O C-S4 9 "?ivy W ,• t AA h ae1 J OZ- REIME Ei75T Ui .Ui F}ia C) ' Mr P -,A. m V.Fer[bM I EYlST-STRUaS[3Rf- EKAT.SrAp7 UV,57 f EMWE EXIST_SSW C LrieW MJOT 5 Ll OF ✓3•SS ME cmaoxm [AYST4dA.&m lM MEW J''� I COECT P. S'S4 fJfFi'J IXANNYNECf PACdw. SSS fNE�VIJ TO PRORSSUH. NCi9 SB156252 azzssaz�r CITY MAP NO. 2018-380,2018-3, MAPSCO PAGE NO.74N, S, `i', W 7 7 7 r 7 s s ecR 2100 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 M71 obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM ,1 ��- �" L 2 6946260.893 2296062,141 725.668 GV RIM S� h- 3 6946307.399 229GO38,306 72fi.85 GV RIM / LPIt>A fi "-a 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f l 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919"133 713.331 WM RIM -TX, CC f 7 4 L 9 6946003.OS6 2295933.418 713.652 CO RIM z-n*JF- Li 10 6945984.677 2295830.52 711,662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM L 13 6945896.591 2295862"188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.7Z7 2295830,441 710.094 CO RIM C QG �� 3 16 6945835.678 2295799.707 707.774 SSMH RIM r 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM CLln f1 25 6945571,059 2295WA95 727.514 SSMH RIM 26 6945539.498 2295667,803 729.123 WM RIM 7D 27 6945519.834 2295619.49 732.689 WM RIM CC 28 6945417.879 2295590.27 740.521 WM RIM I S-T-&b ! 1 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387,356 2295597.101 740.756 GV RIM -rrtC f (-5 31 6945370.698 2295606.793 740.976 GV RIM } D� 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551,105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570,715 748.454 WM RIM 36 37 6945233.624 6945206.483 2295544.626 2295529.305 749,59 SSMH RIM 751.059 WM RIM 38 6945142.015 2295557.666 750$53 WM RIM 39 6945113A45 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM �� OF 41 6945041.024 2295552.675 751.79 WM RIM T 42 6945038.878 2295552,147 751.88 WM RIM 43 6945006.397 2295518,135 752.615 WM RIM #{ 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943A32 2295556A79 752,156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 AttachmentA_SurveyStakingStandards.docx Page 24 of 24 G. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be ohtained by request from the survey superintendent. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 25 of 25 0:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 26 of 26 INTENTIONALLY LEFT BLANK 0005 15 _ 1 ADDENDA Page I of3 1 SECTION 00 0515 2 ADiDEN D1M NO. 4 3 4 PARER-. 1DERSON ROAD ¢. �`of Y .. 5 City Project No. 01419 — t . = .: * BER$4d 6 TON F. GUIpRY, JR d....:.... 0 7 issue Date: July 9, 2019 �p �, ,•.t i �n .,'CEOS� 8 BidReceipt Date: July 11. 2019 �� a sa®� "4 9 1 o This addendum forms part of the Contract Documents referenced above and modifies the I I original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Delete Addendum 3 in its entirety. 2_ The following modifications to the Plan Set are being made to the block retaining wall at the creek crossing: a) Delete Sheets 040 and replace this sheet with the attached revised sheet. 3, The following modifications to Specifications are being made to replace sections with current hyperlinks, to delete instruction data on blanks, to add contingency prices to bid items and to add current sections: a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. b) Delete section 00 4100. Replace with the attached revised section 00 4100. c) Delete section 00 42 43. Replace with the attached revised section 00 42 43. d) Delete section 00 43 13. Replace with the attached revised section 00 43 13. e) Delete section 00 43 37. Replace with the attached revised section 00 43 37. 1) Add section 01 71 23.01 Attachment A Survey Staking Standards. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revisers December 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 0005 15 - 2 ADDENDA Page 2 of 3 4. The following are responses to questions posed by participants at the pre -bid meeting: a) What is the engineer's estimate? $647 million b) Is the only road closure at Prairie Dog Creek Box Culverts? Yes c) Will the telephone line near the ditch be relocated for the 12" waterline? Yes. d) Can the waterline connection at 287 be made immediately? For biddingpurposes, assume the construction sequence as shown in the plan set. e) Plan sheet No. 219 shows just vertical panels for traffic control for the waterline construction. Will there be any other traffic control? Refer to TCP sheets (218-305). Traffic control far the water- line construction must conform to the appropriate phase of the TCP. Water line is constructed typically during TCP phase I stage 0; and phase 1, stage 2 step 1. f) Bid Item No. 21 says match existing water service. What are the sizes: 1 ", 2", Sizes will vary. Bid based on any temporary services that you expect to be needed' g) Can you provide temporary asphalt pavement bid item for waterline (at 287 and side streets)? Yes, this is included in a previous addendum. h) Can bid date be moved to July 18? There are several other projects bidding 6/27 and 7/11 and award is not until September. . The bid date was revised to Ady II as part of a previous addendarm. i) Show box culverts as pre -cast on plans (2 walls and space). This will affect the quantity of headwall. An alternative for cast -in -place culvert was included in a previous addendirrn. j) We may not be able to install box culvei is and get concrete paving installed in summer 2020 when school is out. It could take another 2 months to get road open. Addressed with Addendum 2. k) And Pre -cast boxes will cost more that cast -in -place. Will cast -in -place be allowed with this schedule question? An alternative for cast -in place culvert was included in a previous addendirrn. 1) Loop at corrugated plate structure with this skew at the creek (Contech rep). No -- City preference. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Parker -Henderson Road City Project No. 01419 00 05 I5 - 3 ADDENDA Page 3 of3 1 5. The following changes to the project workbook are being made to account for 2 adding alternate bids, adding temporary pavement, and other changes made in 3 previous addenda: 4 a) Delete the previous project workbook and replace with the attached 5 workbook. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION RECEIPT ACKNOWLEDGED BW P.O. 13OX 99g., Bridgefarmer & Associates, Inc. r B Benton F dry, r. P.E. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 002113-1 INSTRUCTIONS TO BID➢ERS Page 1 of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 I I 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for perfonning the work contemplated under the Contract Documents whose 18 . principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to wham City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. ]Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequaliflcation at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving -- Requirements document located at; 40 https_//prof ectpoint. buzzs a�v.colas/fortwortb gov/Resources/02%20- 41 %20CoiisirLiction%2ODocuments/Contractor%o2OPre ualification/TPW%2OPavin 42%20Cantractor%20Prequalitication%20Pro_ram/PREQUAL1F1CATION%20REQ 43 UIREMENTS%20FOR%20PAV ING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 htt s:// rojeet oint.buzzsaw.coin/fortworthgov/Resources/02%20- 47 %20Constructiost%20Documents/Contractor%20Pre ualification/TPW%24Roadwa %20a 48 nd%20Pedestrian%20Li4tine%20Prequalification%20Pro gram/STREET%20LIGI IT%2_0_ 49 PRE UAL%20RE MNTS. df? ublic 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer — Requirements document located at; 2 https://proj ectpoint.buzzsaw.com/foi-tworthgov/Resources/02%20- 3 %20Construction%2ODocuments/Contractor%20PYe ualification/Water%20aiid%2 4 OSanitary%2OSewer%2OContractor%"2OPrequalification%20ProLcq -aln/WSS%20pre 5 qual%20requirements.doc?public 6 7 8 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 9 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 10 45 11, BIDDERS PREQUALTFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 17 bidder(s) for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council. 27 28 3.4. In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 32 4. ]Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 4.1.4.Omitted 50 51 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to- make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for fall and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. I 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of. 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMTNTS City Project No. 01419 Revised November 27, 2012 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 1 I any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 S. Availability of Lands for Fork, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for. 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 I 2 3 4 5 6 7 8 9 10 1I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construcfon will proceed in the other areas of the project that do not require pen nits and/or easements_ 6. Interpretations and Addenda 6.1. AlI questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received aver this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Michael Weiss, P.E., Transportation and Public Works Fax: 817-392-8092 Email: Michael.Weiss@fortworthtexas.gov Phone: 817-392-8485 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via Buzzsaw at https://projeetpoint.bLizzsaw.com/ bz rest/Web/Home/Index?foldeI=37311##1 bz rest/Web/Item/ Items?folder=23681 D. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OI, PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 Parker Henderson Road City Project No. 01419 002113.6 INSTRUCTIONS TO 13IDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within. 10 days after the Notice of Award, City may consider Bidder to be in- 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Wort{ is to be completed and ready for I2 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 . 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2, No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whore Contractor has reasonable objection. 44 45 12. ]Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 00 21 13 -7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanlcs on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by litnited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All Warns shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11, Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number, Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 -8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and fled with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 most be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion., release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 I7.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 3p not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 9 IINSTRUCTIONS TO BIDDERS page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. if the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SEC`I'YON CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0041 00 BID FORM Page 1 of 3 TO: The City Manager clo: The Purchasing Department 200 Texas Street City of Fort Worth, Texas 76102 13iTii City Project No.: 01419 SECTION 00 4100 BID FORM Parker Henderson Road From Mansfield Highway (BUS. 287) to E. Kellis Street Units/Sections: Unit I -Water Improvements Unit II - Stormwater Improvements Unit III - Paving & Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Wort: as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43,x1s 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequaalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements b. Stormwater Improvements G. Paving & Drainage Improvements d. Street Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43.xis 0041 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay Item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Did Submittal This Bid is submitted on by the entity named below. Respectfully submitted, By:. (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 42 43.x1s Form Revised 2012032T SEUTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE. 7;9; 20410 00 42 43 BIDPROPOSAL Faee 1 OU Bidder's Proposal Bidlist Itch No. Description Specification Section Na, Unit of Measure Bid Quantity Unit Price Bid Value UNIT I - WATER IIV ROVE11EIVTS I 3311.00161 6" DR-I4 PVC Water Pipe 33 11 12. _LF - 2 ...... - 3311,026I V DR-14 PVC Water Pipe 33 11 12 LF 256 3 33461 12" DR-14 PVC Water�e 1I.0 33 11 !2 IF 3599 4 3311.0451 12" Class 350 DIP Water Carrier 33 1 110 LF 22 5 3311.0561 16" DR-18 PVC C905 Water Pie 33 11 12 LF 253 6 0241.1000 Remove Cone Pvmt 0241.1100 Remove AsphaltPymt 0241.1001 Water Line Grouting 0241 15 024115 SY SY 51 415----- 40.4 -_.__-_.._._,_.__....._._._.-_____.__.__ 7 S 02 41 14 CY 02 4114 LF 9 R41.1012 Remove 6" Water Line 92 _ 10 0241.1013 Remove 8" Water Line 02 41 14 LF 239 02 41 14 11 0241.1015 Remove 12" Water Line - _..___..._. _ 0241.1016 Remove 16" Water Line _ LF LF 2202 292 ------_--- 12 0241 .14 13 0241.1218 4"-12" Water Abandonment Plug 0241.1302 Remove & Salvage 6" Water Valve 0241.1303 Remove & Salvage 8" Water Valve 0241.1305 Remove & Salvage 12" Water Valve 024 M 510 Salvage Fire Hydrant 42 41 14 02 41 14 HA EA 1 6 3 5 4 14 15 02 41 14 02 41 14 02 41 14 EA EA EA EA 16 17 18 0241.1602 Remove 7x4' Concrete Water Vault 0241 14 19 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 18 LF 556 20 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 01 17 33 12 25 SY EA 168 1 21 3312.0106 Connection to Existing 16" Water Main 3304.0101 Temporary Water Services (size to match existing)- - _ 33 04 30 LS LF 22 1 4281 23 3305.0109 Trench Safety 33 05 10 33 05 26------------------- 24 - 3305.0110 UtilityMarkers LS 1 33 05 22 LF 25 3305.1004 24' Dia 1/2" Thick Steel Casing By Open Cut 20 20 26 3305.1104 24" Dia 1/2" Thick Steel Casing By Other Than Open Cut 33 05 22 LF 27 3311.0001 Ductile Iron Fittings 3312.0001 Fire Hydrant- 33 1 l 11 33 12 40 TON EA - 13.2 6 28 29 _- 3312.0117 Connection to E4"-l2" xisting Water Main ------.._.--_.,....__ 33 12 25 EA 5 .- -._.. ------ -. 33 12 30 30 3312.1002 2" Water Air Release Valve & Vault EA EA 1 1 31 3312.2803 Fumish & Install 6" Water Meter and 75A' Vault 33 12 11 __...EA 32 3312.3002 6"Gate Valve __ ,_.__-_,--_,.__-_.331220 9 33 _ -- -. __._.._.-.._. 3312.3003 8" Gate Valve 3312.3005 12" Gate Valve 33 12 20 33 12 20_„ EA __._EA..._ 3 _-.__ 12'__---.__.-...___.._.. ------- -----.__. _. _. 34 99 99 00 35 9999.0010 6" x 6" Cut -In Tee LS 1 36 9999.0020 12" x 12" Cut -In Tee & Gate Valve 99 99 00 LS 1 37 9999.0030 Relocate Valve Assembly in 75t4' Vault 99 99 00 LS 1--_- 38 9999.0040 1" Water Service 9999,0050 Box for V Water Meter 9999.0060 Connect to Existing Water Meter 99 99 00 EA 33 16 17 39 99 99 00 99 99 00 EA EA 40 EA 41 9999.0070 Relocate Existing Water Meter & Box 99 99 00 10 42 9999.0071 8" Concrete Pavement 99 99 00 SY 51 5999.0086 Construction Contingency Allowance to cover cost of 43 improvements not itemized All work completed imder this item shall be 99 99 00 LS 1 $100,000.00 $100,000.00 -.- -..___UNIT 1 SUBTOTAL _--_-.___.._ -_ - _ --- .- CITY OF FORT W ORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 43-Bia Proposal Workbook-2019-01-09b.als SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DA T E: 71912019 004243 DIDPROPOSAL Pa 2ot7 Biddei's Proposal Bidtist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No Section No. Measure UNIT 1I - S'A'®]f MWATER IMPROWAIE i TS DEMOLIT€Orr 1 0241,0401 Remove Concrete Drive 02 41 13 SF 1033 2 0241.0500 Remove Fence 02 4113 LF 1493 3 0241.0600 Remove Wall <4' 02 41 13 LF 40 4 0241.0800 Remove Rip,tap-- 02 41 13 SF - 1 l 10 5 0241,0900 Remove Misc Conc Structure 02 41 13 LS 1 6 0241.1000 Remove Concrete Pavement 02 41 15 Sy 502 7 0241.1100 Remove Asphalt Pymt - 02 41 15 ._. _.. SY- LF - 2334 238 8 o241.3013 Remove 18" Storm Line 02 41 14 1__,q2 9 0241.3015 Remove 24" Storm Line 0241 14 LF 14 ] 0 0241.3201 Remove 7'x7' Box Culvert 0241 14 LF 185 I1 0241.44Of Remove Headwall/SET 41 14 EA 2 12 3110.0102 6"-12" Tree Removal 31 1000 EA EA 4 3 13 3110,0103 12"-18" Tree Removal 31 1000 14 3293.0104 Plant 4" Tree 32 93 43 EA 12 15 3441 A108 Remove Sign Panel & Post - 34 41 30 EA _ 6 - 16 - 9999.0160 _Remove & Salvage Advance Warning System _ -__ _ - 999900 00 _ _ _ _ LS _ _ SUBTOTAL - - PAVING 17 3123.0101 Unclassified Excavation by Plan_ 3123 16 CY 583 18 3124.0101 Embankment by Plan - -. _ 31 24 00 CY . 5142 - -------- --- -.. 19 --- 3137.0101 Concrete Riprap 313700 - SY - 41 - - -- - 20 ` _.._-_._-------- 321 f.0126 12.5" Flexible Base, Type A, GR 2-__ -- -- 32 t 1 23 SY_-_ _ ._ 1222 21 3211,0400 Hydrated Lime ---------.___-_ --_- - 3211 29 --TN- 86-__---- 22 3211.0502 8" Lime Treatment 32 11 29 Sy 3601 3212.0502 4.5" Asphalt Base T)Te B - 32 12 16 SY _23 24� 3213.0105 10" Concrele PVmt 3213 13 Sy 2116 25 3213.0301 4" Concrete Sidewalk 32 13 20 SF 9619 26 3213.04D1 6" Concrete Drivewa - --------- -__-_____ 32 13 20 _ .._.- SF 2102 27 3216.0102 7" Cone Curb and Gutter 32 16 13 LF 57 28 3232.0203 TxDOT Std Rat Wall -RW 1 (L� C 32 32 13 SF 182 29 3291.0100 Tapsoil 3291 19 CY 426 Sy 1 2012 30 3292.0100 Black Sod Placement 32 92 13 31 3292.0400 Seeding, Hydromulch 32 92 13 SY 1185 32 3292.0500 Seeding, Soil Retention Blanket 32 92 13 SY 1373 33 3305-0114 Manhole Adjustment, Major w/ Cover 3305 14 EA i 34 9999.0200 Concrete Header 35 9999.0220 Rip_Ra_ (RW _Mow Stri (4 in 99 99 00 CY 1 36 9999.0230 Rail qjandrail PRD-13 TY F 99 99 00 LF 968 37 9999.0240 Wheel Stogy 99 99 00_ -EA ' _ 38 9999.0250 BrickWallwlPilasterS 999900 LF 40__ _ - SUBTOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F-RAi .,12012a120 00 42 43-Bid Pmp-1 R'aikbnnk 2019-07-09bxls SECTION 00 42 43 PROPOSAL FORM! PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 L)ATE: 71912019 CO 4a 43 BID PROPOSAL Page 3 of7 Bidder's Proposal Bidlist Rent No 39 Description DRAINAGE 0241.1100 Remove Asphalt Pvmt Specification Section No. 02 41 15 32 01,18 3305 10 33 01 3I 3305 10 u Unitof Measure SY Bid Quantity 112 200 1250 1250 4 _ 2 415 Unit Price ....... Bid Value - 40 41 42 3201.0112 5' Wide Asphalt Pvmt Repair, Residentia] 3301.60 2 -Post-CCTV Ins-pectlan 3305.0109 Trench Sa%ty 3305.0116 Concrete Encasement for Utility Pipes - - 3137.0101 ConcreteRipmp .__.-..__ .._.- ..... - ._-._._-___. 3341.0103 18"RCP, Class 111 LF LF LF CY SY _ LF 43 _ 44 31 3700 33 41 10 45 46 3341.0205 24" RCP, Class 11I 3341.0309 36" RCP, Class 111 3341.0409 48" RCP, Class III _ _ 3341 10 LF 419 166 17 47 3341 10 33 41 10 LF LF 48 49 3341.0502 54" RCP, Class I[[ 3x2 Box Culvert 33 41 10 LF 210 50 - LF-_._--71.-- _3341.1001 51 52 53 --- ---- - _ ___--._-334110 3349.0001 4' Siorm Junction Box 334.910 33 49 40 33 49 40 EA EA EA EA EA EA 1 2 I 9 1 1 3349.4103 18" SET, lie - 3349.4105 24" SET, 1 pipe 54 55 - 3349.5001 10' Curb Inlet 3349,7001 4' Drop lnlet - 33 49 20 - 33 49 20 ---- 56 57 3349.7002 5' Drop Inlet 9999.0090 6'x10' PJB 33 49 20 99 99 00 EA 1 58 9999.0120 PW-1 for 2-3'x2'MBC -` 99 99 00 EA -- - 1 - - - - _._-- 59 _-- __. - SUBTOTAL SIGNING AND PAVEMENT MARKINGS 3217.0002 4" SLD Pvmt Marking HAS ')Q -- _.- _-- � 32 17 23 LF 171$ 21 60 a 3217.0501 24" SLD Pvmt Mary HAYEW� -_ 32 1723 LF 61 344L4003 Furnishl[nstall Alum Sign Ground Mount City'Std. 62 63 SUBTOTAL CULVERT 3123.0101 Unclassified Excavation byAl n - Channel 3137.0101 Concrete Riper _ 329 1.01 00_Topsoil _ 3292.0100Block Sod Placement 9999.0350 Gravity Wall 9999.0370 InterlockingArticulating Concrete Blocks - 312316 3137 00 _. -32-9 I 19 32 92 13 99 99 00 999900 99 99 00 99 99 00 99 99 00 CY SY CY SY 3862 94 34 1220 64 _ f 65 $100,000.00 66 67 68 SF SF 3804 9370 9999.0380 Turf Reinforcement Mat SY LS L5 1220 1 1 $100,000.00 69 9999.0390 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be approved by owner in writing. -_ - ___ _._._._..____-_. _.._ 9999.0392 xeD[porary Specie[ Shoring _ - SUBTOTAL 70 UNIT H SUBTOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farce Revised 20120120 09 42 43-Bid Prop-1 W v3 b-k_2019-07-091,..N SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJLCT NO. 01419 DATE: W9I2M9 004241 BID PROPOSAL Page 4 "f 7 Biddei's Proposal Bidlist ]teal Description No. Specification Section No. Unit of Hid Quantity Measure Unit Price Bid Value UNIT III - PAVING & DRAINAGE, - - - DEMOLITION 1 0241.0100 Remove Sidewalk 02 41 13 SF 607 2 0241.0401 Remove Concrete Drive 02 41 13 SF - 508 _ 0241.0403 Remove Brick Drive 0241 13 SF 6 4 0241.0500 Remove Fence 02 41 13 LF 4192 5 0241.1000 Remove Concrete Pavement 0241 15 SY 1032 6 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 792I 7 0241.1300 Remove Conc Curb&Gutter 10241,3013 0241 15 LF 149 8 0241.1700 Pavement Pulverization 024115 SY 3697 9 6241.3011 Remove 15" Storm Line 02 41 14 LF 378 i 0 Remove 18" Storm Line 02 41 14 LF 213 11 3110.0102 6"-12" Tree Remove] 31 1000 EA _ 12 3110.0103 12"-18" Tree Removal 31 1000 EA _ 18 13 _ 3110.0104 18"-24" Tree Removal m 31 ID 00 EA _ 6 --_- 14 `J _ 3110.0105 24" and lamer Tree Removal 31 1000 EA 6 15 3293.0104 Plant 4" Tree _ 32 93 43 EA 135 16 -- -- _ _ ^ -- - 3441.4108 Remove Sign Panel & Post _ _ ___....._ 34 41 30 EA 8 17 9999.0140 Remove & Relocate Mailbox 99 99 00 EA 6 18 --- _,_ 9999.0150 Remove & Relocate Bollard �_ _.-__ - _99"99.00 ^ EA 3 _ __ §999.0170 Construction Contingency Allowance to cover cost of 19 improvements not itemized All work completed under this item shall be 99 99 00 LS 1 $50,000.00 $50,000.00 ved by owner in writing. - SUBTOTAL PAVING 20 0771.a101 Construction Staking _ _ T 3123,0101 Unclassified Excavation by Plan _ T 01 71 23 _ LS - 21 3123 16 31 24 00 CY CY j 9924 738 22 3124.0101 Embankment by Plan 23 3125.0101 SWPPP ? l acre 312500 -_ LS - 1 --612 W 24 _ _ _ _ 3211.0124 i W Flexible Base, Type A, GR-2 - �_T T 32 1123 Sy 25 3211.0126 12.5" Flexible Base, Type A, GR-2 - - 321123 SY 1172 26 3211.0400 hydrated Lime 32 1129 TN 282 11756 27 _ ------ _-.-_,__.____ 3211.0502 8"Lime Treatment 32 1129 SY 28 3212,0302 2" Asphalt Pvmt Type D 32 12 16 Sy 6554 29 3212.0500 2.5" Asphalt Base Type 13 32 12 16 W SY - 463 mm 30 3212.0502 4.5" Asphalt Base Type B _ 32 12 16 Sy _ 1172 - _ 31 3213.0105 10" Concrete Pvmt __..____.-----.-------- - 32 13 13 - SY - _ 9458 __-------- ---_------_- _----_ 32 T _- _ 3213.0301 4" Concrete Sidewalk 32 13 20 SF 33 3213.0401 6" Concrete Driy- ewaY_ .............--------____W--- 32 13 20 SF 9102 34 -- 3213.0505 Barrier Free lump, Type M-3 -T- _._._ 3213.0506 Barrier Free Ramp, Tyke P-1_ __ 3213,0507 Barrier Free Ramp, Type P-? W - __- _._ _ 3216.0102 7" Conc Curb and Gutter 321320 32 13 20 _ _ 32 13 20 3216 33 EA__-_.,.----_-- EA EA LF 3 14 35 36 37 38 3232.0100 Conc Ret Wall with Sidewalk, Face 3232 13 SF 429 32 91 19 32 92 13 CY Sy. 39 3291.0100 Topsoil 3292.0100 Block Sod Placement 1453 8765 ------ 40 _ 32 92 13 _ Sy 8717 _ - 41 3292.0400 Seeding, Hydromulch „-_ 42 3305.0108 Miscellaneous Structure Adjustment t-Water Meter vault 33 05 14 EA- 43 3305.0114 Manhole Adjusttuent, Major w/Cover 33 OS 14 _-_...-------------- EA 3 - _. 44 ----._ 9999,0180 Concrete Curb (Dowel) 99 99 00 LF 1357 45 9999.0190 Mountable Curb and Gutter 9999-0200 Concrete Header _ ._ _---------._--._ 99 99 00 LF 100 46 99 99 00 LF .__ 141 _ _�. 9999.0260 Construction Contingency Allowance to cover cost of 47 improvements not itemized All work completed under this item shall be 99 99 00 LS 1 $100,000.00 $100,000.00 aPProved by Owner in writing. __.------- .., T � _.._._. -- -- .- _.-- _-. _ .-----m SUBTOTAL CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNTENTS F- Revised 20120120 00 42 43-Bid P.p"sat W.,khaa8_2019-07-09bAx SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/9120 19 00424, BID PRDPMAL Page 3 d 7 Bidder's Proposal Bidiist lteDr No. 48 49 Description TRAFFIC CONTROL 32I 1.6125 12" Flexible Base, Type A, GRT2_ -^ ,-_-_ _ _._,__ 3212.0304 4' Asphalt Pvmt Type D -._-_ Specification Section No. 32 11 23 3212 16 ] 0 Unit Of Measure SY Sy LS Bid Quantity 9709 7902 2 Unit Price _-____.._ Bid Value ___ ._ --_. ____ _ 5Q 3441.1$02 Relocate School Zone Warning Flasher Assm 51 52 53 54 _ 55 3471.0001 Traffic Control 9999.0270 Temporary 15" CUT 9999.0280 Tem_18" CMP _ - T 34 71 13 99 99 00 99 99 00 MO LF LF LF LF _ 15 466 56 1240 120 9999,0290 LPCB Typo 1, Furnish & Install 9999.03W LPCB Type 2,11m. h & Install _- 99 99 00 _ 99 99 00 56 57 58 9999,0310 Removable Paving Marking (W)4"(SLD) -- - 9999.0320 Removable Pavin Mg arking U4"(SLlJf7) -_ 99.99 00 _ 99 99 00 _ SF - ZF LF LF 12372 12512 64 915 _...... _.... _--.-__---------, - - - 9999.0330 Removable Paving Marking (y�l 2!" SLD) 99 99 00 99 99 00 59 9999.0340 Orange Mesh Construction Perimeter Fence 60 SUBTOTAL DRAINA_ _G1C 0241.I 100 Remove Asphalt Pvmt --m F. 02 41 15 - SY W 112 W_200-- _ T61 62 3201,0112 5' Wide Asphalt Pvmt Repair, Residential _ 3301.0002 Post -CCTV Inspection _ _ ._ _._ . - --- 3305.0109 Trench Safety 3201 1S LF 33 Q5 10 33 01 31 LF LF 1900_____------.-..- 63 1900 -- T 64 -- - - _ _ _ 3137.0101 CoucreteRiprap 313700 _ 102 65 _ f _-.__-__--__- 334L.0103 18"RCP, Class 111 3341.0201 21"RCP, Class III „ _ _ _ _ _ 3341.0205 24" RCP, Class III 3341.0208 27" RCP, Class 111 3341 10 _Sy LF _ LF LF 69 _ 263 996 ...... - - ._.__...-- _ 66 _ 3341 10 33 41 10 67 68 33 41 10 LF 667 69 3341.0302 30" RCP, Class 111 3349.000I 4' Storm Junction Box 3349,4103 18" SET, I e pip- _ -- -- 3349.6001 10' Recessed Inlet _ 3349.6002 15' Recessed Inlet 3349.7001 4' Drop hilet =' 9999.0100 10' Open Back Recessed Inlet 33 41 10 3349 10 LF EA 7 8 70 71 33 49 40 - 33 49 20 33 49 20 33 49 20 EA _ ..._._ EA EA EA EA 2 ..-...- - -- ._ _ 5 2 1 3 -- -- 72 73 - -- 74 75 76 99 99 00 9999.0110 10' Curb & Grate Inlet Type I 9999-0130 318" Steel Plate for SW Crossing _ _ - 99 99 00 EA SF LF . - - LF LF I 45 3042 -- 8784 T_ - 77 99.99 00 3217 23 __- .. 32 17 23 32 17 23 78 79 80 81 82 83 84 _ SUBTOTAL SIGNING AND PAVEMENT MARKINGS 32 17.0 00 1 4 SLD Pvmt Markmg IIAS (W) -- - 3217.0002 4" SLD Pvmt Marking HAS Y) _-... _. 3217.0005 4" DOT Pvmt Marking HAS (W) 976 150 188 90 3217.0201 8" SLD Pvmt Marking HAS (W) 3217.0202 8" SLD Pvmt Marking IIAS (Y) 3217.0301 12" SLD Pvmt Marking RAE (W) 3217.0501 24" SLD Pymt Marking HAE (WW) _ 32 17 23 32 17 23 32 17 23 LF LP LF 32 17 23 LF 476 85 3217.1002 Lane Legend Arrow - _,__-- . _- 3217.1004 Lane Legend Only _ _- . _ _ _ 3217.1006_-Vane Legend Bike _ _ 3217.1007 Lane Legend Sharrow _ _._._---------------- - -------_--- ._..._ 3217.2102 REFL Raised Marker TY I-C ___-___,_-____....-_.__.._..._.-._ 3217.2103 REFL Raised Marker TY II -A A _ --_ _ __.._._.------ 3441.4003 Furnishllnstall Alum Sign Ground Mount City Std. SUBTOTAL ILLUMINATION 3441.1401 NO 4 'ri- OH insulated Elec Coudr _ 32 17 23 32 17 23 EA EA EA - EA____ FA _ EA _ EA -,_ LF 2 2 12 3 . _ _ , .. - .. 86 87 89 __._- 90 321723 32 17 23_- 32 17 23 - 32 l7 23 34 4l 30 _ _ - 8 112 30 -1695 91 92 3441 10 93 94 3441.3323 Furnishlinstall 8' Wood Light Pole Ann 4 3441.3051 FumishAnstall LED Lt Fixture (137 watt ATB2 Cobra Head) 3441 10 34 41 20 EA LA 1Q 11 SUBTOTAL UNIT III SUBTOTAL CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Form Revised 2012012/) a"4243-Bid Frapo [Lt'ah:So"k 2019-DM%h k SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD, CITY PROJFCT NO, 01419 DA T F: 719i209 9 00 42 43 BIDPROPOSAL Pop 6ot7 Bidder's Proposal Bidlistltem Description Specification Unit of i3`d Quantity Unit Price Bid Valve No. Section No. Measure Bid Surnmary Base Aid UNIT 1 -WATER IMPROVEMENTS UNIT II - STOftMWATER IMPROVEMENTS UNIT III - PAVING & DRAINAGE IMPROVEMENTS TOM Rase Bid Alternate 1 Rid (Precast Ca]v k afrid—t TCP Madifi—N-51 AI-1 UNIT-H " S A OR I►'Y-ATJI R UM Pii0VEMEN 1 rS PAVING 9999,0210 Retaining SUBTOTAL TRAFFIC CONTROL 3I24.OI Ol Ernanlanent by Plan 99 99 00 SF 7311 T A1-2 31 24 00 CY 7904 Al-3 A14 _ 3211.0125 12" Flexible Base, jype A, GR-2 — — _.......... �— 3212.0304 4" Asphalt Pvmt Tye D 3341,0103 Temporary 12"RCP, Class I[I 32 11 23 32 12 16 33 41 10 SY SY LF 1301 1072 Al-5 A1-6 3471.0001 Traffic Control 9999.0310 Removable Paving Marking 4( '(SLD) T _T 9999.0320 Removable Paving MarkingY) SLD) __,_---- _ 34 71 13 MO LF LF 3 726 958 A1-7 99 99 00 _ 99 99 00 Al-S SUBTOTAL AI-9 CULVERT 3341.2108 A140 9999-0360 PW for 7-1 Px1I' MBC SUBTOTAL 99 99 00 EA 2 1 anal AlCerpare II i Alt ern"te 2 Rid rPrere,st c ml is ,ifh TCP Mndificatinnsl A2-1 UNIT H - STORMWATER IMPROVEMENTS PAVING 9994.0210 Retaining Wa11(MSE} — _ _ _ SUBTOTAL TRAFFIC CONTROL 9999.0341 Traffic Control SUBTOTAL CULVERT` 3341.2108 ! lx] 1 Box Culvert Precast) _ --_ _ -. __ ._....-._ 9999.0360 PW for 7-1 I'xl P MBC 99 99 00 SF 7311 �— -----------� A2-2 A2-3 99 99 00 LS I _ 33 41 10 - LP_ EA 40b _ 2 A21 99 99 00 SUBTOTAL i oral imernme zI I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120t20 004245-Bid Proposal 3Vadcbook 2019.OT-096x]s SECTION 00 42 43 PROPOSALFORM PARKFR HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: /9/20 19 00 42 ,u BID PROPOSAL Npp 7 of 7 ➢idlist Item Specification Unit of No Description Section No. Measure Bid Quantity Unit Price Bid Value Altccnate 3 Hid lCnst-In-Place Cr lv-N with TCP Medifcatinnsl UNIT If - STORMWATER YM P.ROVEH-ENTS -- - PAVING A-4-1 9999.02ID Retaining Wall MSEZ - — 99 99,M SF 7861 - - - SUBTOTAL TRAFFIC CONTROL A3-2 9999.0341 Traffic Conlrol 99 99 00 LS 1 SUBTOTAL CULVERT A3-3 9999.0391 11x11 Sox Culvert (Cast -In -Place) _ 9999.0360 PW for 7-115t1 ]' MBC 99 99 00 LF 406 _ _ _..._.— A3-4 99 99 00 EA 2 SUBTOTAL Alternate Bid Total Alternate 31 1 Total Deductive Alternate Total Additive Alternate Total Bid (Base Bid +Alternate for Alternate 2 or Alternate 3) END OF SECTION CITY OF FORT WORTH STANDAR➢ CONSTRUCTION SPECIFICATION DOCUMENTS Parrs Revised 20120120 004241-11id Proposal W.,kb ok2019-07-09k.l1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENT'S: That we, (Bidder Name) called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ 00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these.presents. 00 43 13 BID BOND Page 1 of 1 Company Name Here hereinafter WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Parker Henderson Road From Mansfield Highway (BUS. 287) to E. Kepis Street NOW, THEREFORE, if the Obligoo shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2019. By: Company Name Here *By: (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 42 43.x1s 00 43 37 VFNDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Printed Name Here - (Signature) Title: Title Here Date: 00 42 43.xis Kin V I, 'ram Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. Forprojects an TXDOT right-of-way or through joint TXDOT participarlan, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) if you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. TaWe of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking V11. Storm Staking V[II. Curb and Gutter Staking 1X. Cut Sheets X. As -built Survey O:\Specs--Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap delivery Div 01\07 71 23.16.01_Attachment A_Survey Staking Standards.dou Page 2 of 22 Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of .hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION _WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT--OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK. SANITARY SEWLR IRRIGATION AND RECLAIMED WATER Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub VW" min. square preferred) 6" tail Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water --based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs--Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 W. Survey Equipments Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.Eov/itsolution.S/GIS/ Look for 'Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. IL A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Paints Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Fasting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point�North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Fiies\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1933_StatePlane—Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal Conic Fa Ise_Ea sting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian.-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of_Origin., 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_ North_Americarn_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Dote: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Fasting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234 As -built of Water on Main Street —Project Specific Datum.csv Example Control Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W m Q Z W isJ m D O 0 C) F- L -Li W 1016 ,I EL.= 100.Qa' Li Uj 0 m CIL 7 v ' EL C� F— Z = CO J W Li M _ — J W 2: W W m Or X O m Q W CP #1 i II 1 N=5000.00 E-5000.00 (� V. plater Staking Standards 0.\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking --Straight Line Tangents I. Offset lath/stakes every 200' on even stations 11, Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should he 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can he received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval 11. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb IL Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults L Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01 Attachment A_Survey Staking Standards.docx Page 8 of 22 y O/ y WIL f O/ { L 7\ \ \ &§ Iz \ \ /§ ® . y§ \ ® §§ 0 \ m& u } » ) \ (( \ \\ z � ` zz § [ /) z ( LLJ w& r _ § - o ° - - 0 3R> s�0oƒ te e ,lam @S§ ^°§ } f y &S \ _ - o G§\] - \Ld a7 § {m\ VE SanKarV Sewers �n O; Pecs baGovem»2 Roc AT mp mRs R wm\C 7UIDwa OpDeli R D§ 01+171 JE03--&t BmeR Survey Staking ka&GEdoa Page gw22 A. Centerline Staking -- Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted Vl. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. ' Stakes at every grade break Vlll. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval Il. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor [I. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Cry Exam ple SanitaarV Seiner Stakes CO, z C N 7' f SfL Y z= 0 V) ti 5-_�� 4 N fC a0 C;Ij � �Gz �:- 7. C) ZEI < 7' t5/s � ss TA= 0 w Y F Z \! G3� C_7 � a � w " WCL r w F H F FiS d WWL Ui a 0 w q ,SCE [C U Q V q Ef S L z F FFg n a�� r o 1 Qf5 E 55 51A®(iljO:) C-fib �vr C-6- :2� C-On. w en �w� Low j 0 Ui JI wY ~� y� E O� Ct w x � Z in D 4 2 K C3 d:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 ti (Ai f wnf �fn"J mmz VIIo Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of o 60D nail or hub set with a whisker B. Centerline Staking -- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing IL Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00'total length 1V. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet - 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on.the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files�Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 12 of 22 ExamDle Storm Inlet Stakes FRONT FRONT (SIDE FACING (SIDF FACING � a 4 i•.J(j FLAGi,INC REQUIRED a i if-J LIED OF PIN'l: PAIN IE-D LATH � m 0 � r r r� BACK 1 z i I BACK jade +1CJNc A.a�N.j { F dE FAUNU H.(kW_ � (� 3 1PE13WES WICH END OF THE IMM PUNr A III m IDENTIFIES KHICH END OF THE YdN KINi ; —�j BEING STfKEQ I BEING STAKED HIM ELEVATICI: Hug EZF.W10N m II 1NL.Er Sr,MON v (I€- NOTED ON PLANS) r C IDENTOES GRACE T- n TO TOP OF CURE } o � IDENTIFIES GRADE ITL FO FLD4AVE iI-9rANOb FOR INLET STANDARD 10' — 10' RMWED 111Y — ZY STANDARD DOUBLE 10' — 2&G-f HUB WITH TACK T I 1 i BACK OF INLET d I A1ANHt]lE . +; o oI Rlte BACK OF CURS — 13ACK OF OLIR13 T EDGE OF Pr•YWENT— A. 't:. FACE OF INLET EDGE OF PAVDAENT FACE OF INLET O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 EDGE t_F P}s4r MENT� ViR. Curb and Gutter Stakin A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Q:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes Fr oNT (SIDE FACING CL) FRONT rDE411F1ES END FRONT� I (sFJE FACRre rk} TOnCMr �% ' FRONT Mo (SIDE FACING) roEnnFlEs s7az€ PC . /1]E FACING] PUP11 W C1JRVA-i13RE j 5 W ,3Q p n R -' � € jPT, BACK �} qq II�� 4 -F iorrmrrn or�ser is ro (SIDE FACING €¢.O.M) / DAM CF GUAR M Flo rlc I -U Fir FhCE OF CUI� ❑ �+ � NI 1111 PC4NT s a/c III I m 'W1Y flE5 MADE 03 � III I T i W TOP OF WR5 o III I i rF3 GRALf Otl HL1B ELEVA710N 1 " I pAo W ius Pavers — J } i I� Ar;i:14Jt CFFi I11`{€ I S If-f_ LIEU OF PINI; PAJNTED i_A,.T-[ I1 I l 1 ,f r {I �✓ --- TOP OF CURB -- �VIC. BACK OF CURB FACE OF MR13 )` tf --- �� FLO VILI N E FOGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 m � i\B j - &a M j( / E »r y ) I ( � ® \�} � / gZ \(� � _o-io _, §�`® , 2 }({ )(\ 2 WID@ Nave wl � me »ne IS ,!:IT_� _ ]_\ § 26 # % _ -mww \§� 1 \( o� J� 21 � o: pes tds Governance Process\Temporary Spec Ref 7i IDmi r OpDelivery Div 01\0 171 z.+g &@+mentAkwwSty+ 7zndaa&da« Page 16 of 22 IX. Cut Sheets Date: A. Date of field work B. Staking Method (GPS, total station) C. Project !Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Coat Sheet City Project Number; Project Name: 0 TOTAL Staking Method; ❑ GPS STATION ❑ OTHER LOCATION: CONS ULTANTICONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT # STATION- DESCRIPTION -CUT + FILL LT/+RT GRADE ELEV. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16,01_Attachment A Survey Staking Standards.docx Page 17 of 22 X. As-bu'slt Surrey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As --built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters 0:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 18 of 22 B. Example Deliverable A handwritten red line by the field surveyor is acceptable inmost cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A Survey Staking Standards.docx Page 19 of 22 f � NCtm 1 1 a LEIrap '' p•��i 0■.�11+ FF77y w = 1 I J�'03PUP'll"+]rli■ppp� [ L0al1 - �I sr, ioaw m1 a'E7I111 ��eL111iF�YR�%11Ri1 �iV 1u>tll:lrQ 11 [1 ■1 R'���; 3�€�Fi11fi1riiIT [' � er ��9 ee11 ' ■ i6, �1Y76i x� ■ilri[I IwirYlh. � i1kllf� Ir W F.ouar Yrt .. [i li i �[ n j ,1,� mi mrrl 1 ef 1..x1J 1 4 11}L , :na it l lilil.11a■xiii U uluui a Ci lil !1■� jj 1011.L1iZl1TFAT �1�Lupta ■i■='�j7 a]y:11i[ FRO 6[ ]][I7i-L `rr. �r MR, 1MR, l IR rt+l1l�l 1 Illl'���lyyyLlf x15 ■ aun 11 ._�?. .1i11L'J�i� .mu I7, law i+`�' 111 ,;�I1, � ., r ■ " lu uu lil u n ��■ °7a■ ■ ..�j � iii,�� l■ 15 I�S''SYtY4 09 m MITIN l�n � �>n[Ll I4pp Iq! a nos 7 zan�l S 4!I r iulll7a }. IP ;j4�j[ail: iT11EIrrl EE SMUT li Ll. 7 I 0111[� la r� �Y iYi ■� � � �1 ■ [■ 4 win " ■a� rtrlR r„ � rl ` �LLO i#1} i!■1 iirlt` �y PD NIR!■Illi:l QQ�� 411 I I E 1 r 13,M1I1■ 1 1 ++++1111 a lL �1. ERE Ili'liaf In■a ■unnm 0o ■w ■7' ail " S I S171Y ■■�iu�1�=w'i ti7u.�vma ,iYlR . s f O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 !2N'L AS! me7w RM 1 IFWL IFLOO UO A-WSR E ``qq)) r2 -)fA P� BLK 6 wra M�A 0-1H b9.- M;Fmf RELWE EXIST, JERWER STA. 06?M --1�! M (FLWD Ail RE1W-- F, SAVXE Exl5r. GATE VALVE & REXCER Ltd A§FCr 7O W5T. VWATFR 9)sI-A - rZ"B stEa Fl2'x 811EBMP. N-6ST1O3589foE LGr sv r r rr � Fcridalb � /fir /- e4 4 SFA Iitl' W — IZWL O:WID L lNSFALL F12'IJ.,LSOYLO SLEEVE 57 LF OF IZWV-ER PIPE CWNECT 7D E USA. IrWATER xFex, rem -RE4CNE & SAMME ExIS7: AWE VA[VE WFA dm O-h G}¢FalWa azwwa = pw.• D3Tl_�1 INS AU, - 5FAOFFT3 6°kYL v y 1XSTILG � �°rrrlaav rE� FBfAE ViSCV��! - / tFlRE NYGUXf�. . !!LF 6MW Wlr LEAD YFIFWE VAWE LDr I FGCfGe�IU V1.F.-IR— X`CUr Q�GO -W-I.—R Ob B�i A [�n�1's:EY3 Fll:v.J/MUM 0 IIIIIfE f h'ntr a 1+ vraa.�crrr�+ �za 3tA Z>GS PROPOSED SAWARr : SEE SHEE O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 946e-X �1'-Mpw 13 NY VC00 vN -Mradd 1W 44-03%4W da VJM)o XU)O9Wj3FJ s OW U.71M 5 � 34 3� E to F C �q IH� c gig 3�sg £aE gyp R 222 �z S IN i- I'[ ig iX `T3 E 4 a F =s � zt sg� �3 �5 �`6 $ A �3 Fie 9� AN 9''' i 2 yid $ f; a biz E g 3 i y`1 6 eE m L oNl� , iil Est @ kl --lam V _3N11 SS'dl?kfd 09•0 V15 3N17 N31NYiHi r, I � g i • +::ellrsl €f ,,,':- ��.II.I�C.rJ__lya,m I If�l'• _ 'h',I 14 OR!! fi ,' a T Jill eel ' 4k1%n�a4w �.t�56` 4f ii�'�e:n$.•' , m 1-i i Q ��� ` a e � [{YI l;l I' �_'I�FI�'! 'iin.ili I l` 'IIII �i ��M y� �_, iII � -I1I1L J'i.hlIi1!I�1JI1M1LIL.�'inLll a�lrp�� "5.4 e� ti 23.16.01 Attachment A_5urvey Staking Standards.docx Page 22 of 22 O:\Sp 23.16.01 Attachment A_Survey Staking Standards.docx Page 23 of 23 0171 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM N U 2 6946250.893 2296062.141 725.668 GV RIM 3 6945307.399 2296038.306 726.85 GV RIM C�ii -i71�-' rJ Z 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM j1 j 6 6946190.528 2296022,721 722.325 PH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM TX" T 9 6946003.056 2295933.418 713.652 CO RIM 10 6945934.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM V1�"� C 13 6945896.591 2295862.188 708,205 WM RIM 14 6945934.286 2235841,925 709.457 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM CGGtj 16 6945835,678 2295799.707 707.774 SSMH RIM r 17 6945817.488 2295827.011 709.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768,563 2295778.424 710.086 GV RIM 20 6945743,319 2295788.392 710.631 GV RIM 21 5945723.219 2295754.394 712.849 GV RIM Q 22 6945692.21 2295744.22 716.686 WM RIM ` 73 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 7113.737 CO MM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2.295619.49 732,689 WM RIM r �C° ti l 28 694543.7.879 2295580.27 740.521 WM RIM L I 1 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740,756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIMS 32 6945383.53 2295610.559 740.408 PH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RtM 36 6945233.624 2295544.626 749.59 SSMH RIM �rr 37 6945206.483 2295529.305 751.058 WM REM 38 6945142.015 2295557.666 750.853 WM RIMj 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM UK 42 6945039.878 2295552.147 751.88 WM R1M fly I 43 6945005.397 2295518.135 752.615 WM RIM 44 5944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556,479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this In ormation in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital De]ivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 -f Ii I� Ev is 1 _ — — — — I ^E iE a ry iixx .+ • I I I � " w E z � E z sz � sr sz �. sz z' � �' � - '�'`Fi I � w � I III Plm I k ANC A I of Ell hGII j :I I fz Azj w IEB sr z al a 0:\Specs-Stds Governance Process\Ternporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 26 of 26 00 05 I5 -1 ADDENDA Page I of I 1 SECTION 00 05 15 2 ADDENDUM NO. 5 3 4 PAI. KER-DENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: July 9, 2019 8 New Bid Receipt hate: July 18, 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the I I original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid h'orna, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 16 1. SECTION 00 1113 - INVITATION TO BIDDERS: 17 RECEIPT OF BIDS (Page 1 of 2, Line 12): 18 Date is revised to: Thursday, July 18, 2019. 19 20 END OF SECTION 21 22 23 RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS 24 DEPARTMENT 25 �- 26>"fs 27 B _ y BT. 28 Michael Weiss, P.E. 29 Co an : MOCIEUDONCONST co Mr Project Manager 30 SURI'SON�TEXAS,76097 CITY OF FORT WORTH Parker-Henddrson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 INTENTIONALLY LEFT BLANK 0005 15-1 ADDENDA Page 1 of I 1 SECTION 00 05 15 2 ADDENDUM NO. 1 3 4 PARKER-HENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: June 17, 2019 8 New Bid Receipt Date: July 11 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 0041 00. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid.Proposal and on the outside of your sealed bid envelope. 15 16 1. SECTION 00 1113 - INVITATION TO BIDDERS: 17 RECEIPT OF BIDS (Page 1 of 2, Line 12): 18 Date is revised to: Thursday, July 11, 2019. 19 20 2. SECTION 00 4100 - BID FORM: 21 The spreadsheet version of the Bid Form is attached for your use. PIVA 23 24 25 26 27 28 29 30 31 END OF SECTION RECEIPT ACKNOWLEDGED B: MCCLENDON CONSi CO., INC, Company P ®. BOX 999 BURLESON, TEXA$ 76097 TRANSPORTATION & PUBLIC WORKS DEPARTMENT BS' 44- Michael Weiss, P.E. Project Manager CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 000515-1 ADDENDA Page 1 of2 1 SECTION 00 05 15 2 ADDENDUM NO.2 3 4 PARKER-HENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: July 5, 2019 8 Bid Receipt Date: July 11, 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the 11 original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 16 17 1. The following modifications to the Plan Set are being made to include temporary 18 pavement for water line construction, grading and block wall modifications at the 19 creek crossing, park note modifications and tree replacement clarifications, and 20 protection of existing water lines at the park: 21 22 a) Delete Sheets 002, 010, 011, 012, 013, 014, 015, 016, 018, 038, 039, 048, 049, 23 070, 071, 072, 073, 074, 075, 088, 121, 139, 157, and 315; and replace these 24 sheets with the attached revised sheets. 25 b) Add sheet 049A. 26 27 2. The following modifications to Specifications are being made to replace outdated 28 sections with current sections, to allow alternates for construction of the MBC 29 culvert at the creek crossing, and to allow an alternate TCP at the creek crossing 30 to ensure that traffic flow is maintained at the crossing during school season: 31 32 a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. 33 b) Add the attached section 00 32 15 Construction Schedule. 34 c) Delete section 00 35 13. Replace with the attached revised section 00 35 13. 35 d) Delete section 00 4100. Replace with the attached revised section 00 4100. 36 c) Delete section 00 42 43. Replace with the attached revised section 00 42 43. 37 f) Delete section 00 45 39. 38 g) Delete section 00 45 40, Replace with the attached revised section 00 45 40. 39 h) Delete section 00 45 41. 40 i) Delete section 00 52 43. Replace with the attached revised section 00 52 43. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 000515-2 ADDENDA Page 2 of 2 j) Add the attached section 01 1100 Summary of Work. k) Delete section 0132 16, 1) Delete section 99 99 00. Replace With the attached revised section 99 99 00. END OF ,SECTION RECEIPT ACKNOWLEDGED CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 TRANSPORTATION & PUBLIC WORKS DEPARTMENT 8 -,C. Aa�4e- Michael Weiss, P.E. Project Manager Parker -Henderson Road City Project No. 01419 0005 15- 1 ADDENDA Page 1 of 3 1 SECTION 00 05 15 2 ADDENDUM NO.3 3 4 PARKER-HENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: July 9, 2019 8 Bid Receipt Date: July 11, 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the 1 I original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 0041 00. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your sealed bid envelope. 15 I6 17 18 19 1. The following modifications to the Plan Set are being made to the block retaining 20 wall at the creek crossing: 21 22 a) Delete Sheets 040 and replace this sheet with the attached revised sheet. 23 24 25 2. The following modifications to Specifications are being made to replace sections 26 with current hyperlinks, to delete instruction data on blanks, and to add current 27 sections: 28 29 a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. 30 b) Delete section 00 4100. Replace with the attached revised section 00 4100. 31 c) Delete section 00 43 13. Replace with the attached revised section 00 43 13. 32 d) Delete section 00 43 37. Replace with the attached revised section 00 43 37. 33 e) Add section 01 71 23.01 Attachment A Survey Staking Standards. 34 35 36 37 38 39 CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 0005I5-2 ADDENDA Page 2 of 3 1 3. The following are responses to questions posed by participants at the pre -bid 2 meeting: 3 a) What is the engineer's estimate? 4 $6-$7 million 5 b) Is the only road closure at Prairie Dog Creek Box Culverts? 6 Yes 7 c) Will the telephone line near the ditch be relocated for the 12" waterline? 8 Yes. 9 d) Can the waterline connection at 287 be made immediately? 10 For bidding purposes, assume the construction sequence as shown in the plan 11 set. 12 e) Plan sheet No. 219 shows just vertical panels for traffic control for the 13 waterline construction. Will there be any other traffic control? 14 Refer to TCP sheets (218-305). Traffic control for the water line construction 15 must conform to the appropriate phase of the TCP. Water line is constructed 16 typically during TCP phase 1 stage 0; and phase 1, stage 2 step 1. 17 f) Bid Item No. 21 says match existing water service. What are the sizes: 1 ", 2", 18 ...? 19 Sizes will vary. Bid based on any temporary services that you expect to be 20 needed. 21 g) Can you provide temporary asphalt pavement bid item for waterline (at 287 22 and side streets)? 23 Yes, this is included in a previous addendum. 24 h) Can bid date be moved to July 18? There are several other projects bidding 25 6/27 and 7/11 and award is not until September. 26 Yes, this is included in a previous addendum. 27 i) Show box culverts as pre -cast on plans (2 walls and space). This will affect 28 the quantity of headwall. 29 An alternative for cast -in -place culvert was included in a previous addendum. 30 j) We may not be able to install box culverts and get concrete paving installed in 31 summer 2020 when school is out. It could take another 2 months to get road 32 open. 33 Addressed with Addendum 2. 34 k) And Pre -cast boxes will cost more that cast -in -place. Will cast -in -place be 35 allowed with this schedule question? 36 An alternative for cast -in -place culvert was included in a previous addendum. 37 1) Look at corrugated plate structure with this skew at the creek (Contech rep). 38 No — City preference. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 014I9 Revised December 20, 2017 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 000515-3 ADDENDA Page 3 of 3 4. The following changes to the project workbook are being made to account for adding alternate bids, adding temporary pavement, and other changes made in previous addenda: a) Delete the previous project workbook and replace with the attached workbook. END OF SECTION RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORDS DEPARTMENT BURLE SON, TEXAS 76097 CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Berton F r. P.E. K�C OF 4` .Ttl 1 ��� •q �� rr .• � •BERTON �F. GUIDRY, A • ............ I............ It 8655E elA7'11�1fi7 Parker -Henderson Road City Project No. 01419 4 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 05 15 ADDENDUM NO.4 PARKER-HENDERSON ROAD City Project No. 01419 Issue Date: July 9, 2019 Bid Receipt Date: July 11, 2019 0005 15-1 ADDENDA Page I of 3 �............ ............... BERTON F. GUIDRY, JR,P .. j....................... s :, 86558 1Ra�F't�CENs5�}, g t� AL This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal and on the outside of your sealed bid envelope. 1. Delete Addendum 3 in its entirety. 2. The following modifications to the Plan Set are being made to the block retaining wall at the creek crossing: a) Delete Sheets 040 and replace this sheet with the attached revised sheet. 3. The following modifications to Specifications are being made to replace sections with current hyperlinks, to delete instruction data on blanks, to add contingency prices to bid items and to add current sections: a) Delete section 00 21 13. Replace with the attached revised section 00 21 13. b) Delete section 00 41 00. Replace with the attached revised section 00 4100. c) Delete section 00 42 43. Replace with the attached revised section 00 42 43. d) Delete section 00 43 13. Replace with the attached revised section 00 43 13. e) Delete section 00 43 37. Replace with the attached revised section 00 43 37. fl Add section 01 71 23.01 Attachment A Survey Staking Standards. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Parker -Henderson Road City Project No. 01419 0005 15 - 2 ADDENDA Page 2 of 3 1 2 4. The following are responses to questions posed by participants at the pre -bid 3 meeting: 4 a) What is the engineer's estimate? 5 $647 million 6 b) Is the only road closure at Prairie Dog Creek Box Culverts? 7 Yes 8 c) Will the telephone line near the ditch be relocated for the 12" waterline? 9 Yes. 10 d) Can the waterline connection at 287 be made immediately? 11 For bidding purposes, assume the construction sequence as shown in the plan 12 set. 13 e) Plan sheet No. 219 shows just vertical panels for traffic control for the 1.4 waterline construction. Will there be any other traffic control? 15 Refer to TCP sheets (218-305). Traffic control for the water line construction 16 must conform to the appropriate phase of the TCP. Waterline is constructed 17 typically during TCP phase 1 stage 0; and phase 1, stage 2 step 1. 18 f) Bid Item No. 21 says match existing water service. What are the sizes: 155, 215, 19 ...? 20 Sizes will vary. Bid based on any temporary services thatyou expect to be 21 needed. 22 g) Can you provide temporary asphalt pavement bid item for waterline (at 287 23 and side streets)? 24 Yes, this is included in a previous addendum. 25 h) Can bid date be moved to July 18? There are several other projects bidding 26 6/27 and 7/11 and award is not until September. 27 The bid date was revised to July 11 as part of a previous addendum. 28 i) Show box culverts as pre -cast on plans (2 walls and space). This will affect 29 the quantity of headwall. 30 An alternative for cast -in -place culvert was included in a previous addendum. 31 j) We may not be able to install box culverts and get concrete paving installed in 32 summer 2020 when school is out. It could take another 2 months to get road 33 open. 34 Addressed with Addendum 2. 35 k) And Pre -cast boxes will cost more that cast -in -place. Will cast -in -place be 36 allowed with this schedule question? 37 An alternative for cast -in -place culvert was included in a previous addendum. 38 1) Look at corrugated plate structure with this skew at the creek (Contech rep). 39 No — City preference. CITY OF FORT WORTH Parker-Ilcnderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 000515-3 ADDENDA Page 3 of 3 1 5. The following changes to the project workbook are being made to account for 2 adding alternate bids, adding temporary pavement, and other changes made in 3 previous addenda: 4 a) Delete the previous project workbook and replace with the attached 5 workbook. 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 END OF SECTION RECEIPT ACKNOWLEDGED . �► L nox ow BURLE SON; b . Bridgefarmer & Associates, Inc. B Berton F dry, r. P.E. CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01419 Revised December 20, 2017 000515-1 ADDENDA Page 1 of I I SECTION 00 0515 2 ADDENDUM NO.5 3 4 PARKER-HENDERSON ROAD 5 City Project No. 01419 6 7 Issue Date: July 9, 2019 8 New Bid Receipt Date: July 18, 2019 9 10 This addendum forms part of the Contract Documents referenced above and modifies the I I original Contract Documents. Acknowledge receipt of this Addendum by signing in the 12 space below and in the space provided in Section 004100. Bid Form, Page 3 of 3. Attach 13 this Addendum inside the Contract Documents and note receipt of this Addendum in the 14 Bid Proposal and on the outside of your scaled bid envelope. 15 16 1. SECTION 00 1113 - INVITATION TO BIDDERS: 17 RECEIPT OF BIDS (Page 1 of 2, Line 12): 18 Date is revised to: Thursday, July 18, 2019. 19 20 21 22 23 24 25 26 27 28 29 30 END OF SECTION RECEIPT ACKNOWLEDGED TRANSPORTATION & PUBLIC WORKS DEPARTMENT B lchael Weiss, -P.E. MC�� N��IVdoxs ° co Project Manager gURLESON �99s XAS,76097 CITY OF FORT WORTH Parker -Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2017 001113-1 INVITATION TO BIDDERS Page] of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Parker Henderson Road, from Mansfield Highway (BUS. 287) 6 to Kellis Street will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth, Texas 76102-6311 12 until 1:30 P.M. CST, Thursday, July 18, 2019, and bids will be opened publicly and read aloud 13 at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: pulverizing & overlay of 3700 SY 17 asphalt pavement, removal of 10,200 SY asphalt pavement and miscellaneous related items; 18 construction of 11,600 SY new concrete pavement; construction of 42,800 SF sidewalk; 19 construction of 9,000 SF retaining wall; removal of 2,800 LF 6"-16" water line; construction of 20 4,000 LF new 6"-16" water line; construction of 413 LF I I'xl 1' box culvert; and construction of 21 2,300 LF storm drain of various sizes. 22 23 PREQUALIFICATION 24 The improvements included in this project must be performed by a contractor who is pre- 25 qualified by the City at the time of bid opening. The procedures for qualification and pre- 26 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at http://www.fortworthgov.orWpurchasing/ and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 32 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 33 suppliers. 34 35 Copies of the Bidding and Contract Documents may be purchased from Bridgefarmer & 36 Associates, 12801 North Central Expressway, Dallas, TX 75243, (972) 231-8800. 37 38 The cost of Bidding and Contract Documents is: 39 40 Set of Bidding and Contract Documents with full size drawings: $300.00 41 Set of Bidding and Contract Documents with half size (if available) drawings: $100.00 42 43 PREBID CONFERENCE 44 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 45 BIDDERS at the following location, date, and time: 46 DATE: June 13, 2019 47 TIME: 3:00 P.M. 48 PLACE: City Hall 49 200 Texas Street, Fort Worth, TX 76102 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01419 Revised December 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 0011 13 -2 INVITATION 1:0 BIDDERS Page 2 of 2 LOCATION: TPW Conference Room 270, 2°d Floor CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Michael Weiss, City of Fort Worth Email: Michael.Weiss@fortworthtexas.gov Phone: 817-392-8485 AND/OR Attn: Lisa Deitemeyer, Bridgefarmer & Associates Email: Deitemeyer@bridgefarmer.com Phone: 972-231-8800 ADVERTISEMENT DATES May 23, 2019 May 30, 2019 22 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2017 Parker Henderson Road City Project No. 014I9 002113-I INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 {on the basis of City's evaluation as hereinafter provided} makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 3I 32 3. Prequalif cation of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving --- Requirements document located at; 40 htWs_//pro.i"oint.buzzsaw.coin/foriworthgov/ResourcegLO2%20- 41 ° 20Construction%24DocumenWContractor°/fl20Prequalfcatign/TPW%20Paving 42 %20Coatractor0/o20Pre uglification%20Pro_gram/P2EEQUALTFICATL0N0/o20M 43 UMEMENTS° °20F R° 20PAVING%2000NTRA TORS.PDF? ublic 44 45 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; 46 hM:J]i/fro oeWoint.buzzsaw.com/fortworthgo-vjtesaurces/02%20- 47 %20Construction%20Dncuments/Contractor%20Pmqualification/TPW°/a2QEo—. dw!ay.' ZOa 48 nd%20Pedestriae/o20Liehting%°20Prequalification%2QProgram/STREET%20LIQH %2Q 49 PRE U ° 2 RE MNTS df9ubIi 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 00 2I 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer —Requirements document located at; 2 hUs:!Zproiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 3%20Construction%2ODocuments/Contractor%2OPregualification[Water°/n2Oand%2 4 OSanitarv%20Sewer%20Contractor%20Prequaiification%20Progmmr WSS%20pre 5 nual%201equiremenrs.doc?public 6 7 8 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 9 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 17 bidder(s) for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council. 27 28 3.4. In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1, Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 49 4.1.4.Omitted 50 51 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 -3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Doc,,,r,ents as containing -reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal -Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. ITO 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific rncans, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to -Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right -of --way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 014I9 Revised November 27, 2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 53. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, casements, and/or pemnits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without Iegal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 200 Texas Street 20 Fort Worth, TX 76102 21 Attn: Michael Weiss, P.E., Transportation and Public Works 22 Fax: 817-392-8092 23 Email: Michael.Weiss@fortworthtexas.gov 24 Phone: 817-392-8495 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3. Addenda or clarifications :may be posted via Buzzsaw at 31 his_//groiectboint buzzsaaw com/ bz rest/Web/Home/Index?folcle-37331#/ bz rest/Web/Item/ 32 Ite nis?f Idgr_--2 3 68113 33 34 35 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1, Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 45 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 46 the requirements of Paragraphs 5.01 of the General Conditions. 47 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 OD2113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied, if the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City iimtil final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort: Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Fail -Lire to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be, required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7of9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alterative, and unit 4 Vri-c item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3, Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and email addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 -- Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number, Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8of9 1 1.4. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with. the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the. base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subj ect to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or.conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive infonnalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, ,Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations :must a be submitted as provided in the Contract Documents or upon the .request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13. organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4, Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues allotice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised November 27, 2012 INTENTIONALLY LEFT BLANK 003215-0 CONSTRUCTION PROGRESS SCHEDULE SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART 1 - GENERAL 1.1 SUMMARY Page ! of 10 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements D. Purpose The City of Fort Worth (City) is conImitted to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry: This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non. -compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH STANDARD SPECIFICATION Parkerliendema Road Revised 3TJLY 20, 2018 Ci[y Pinjea No. 01419 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment With the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Proj ect Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed . appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue.an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH Parker Henderson Road STANDARD SPECIFICATION city Project No. 01419 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their - contractual requirements. I. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH Parkerlienderson Road STANDARD SPECIFICATION City Pro rya No. 0140 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. Baseline Schedule File Name Format: City Project Number _Project Name _Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number Project Name YYYY-MM Example: 101376 North Montgomery Street I-3MAC 2018_01 o Project Schedule Progress Narrative File Name Format: City Project Number _Project Name PN YYYY-MM H Example: 101376 North Montgomery Street MAC PN 201$ 01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis'for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. e Arterials * Aviation * Neighborhood Streets * Sidewalks (later) a Quiet Zones (later) * Street Lights (later) * Intersection Improvements (later) * Parks * Storm water 4 Street Maintenance i Traffic * Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts fox the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Packer Hmdccsm Road Revised 7ULX 20, 2018 City Project No. 01419 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivcry. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in ,Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3.. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH Parker Hen&oun Road STANDARD SPECIFICATION City Project No. 01419 Revised JULY 20, 2018 0032 15 -0 CONSTRUCTION PROGRESS SCHEDULE Page b of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) X, XXX .30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXX.XXX.30.60.20 Permits -- Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection X)0=80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting ##1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH Parker Handmon Road STANDARD SPECIFICATION City Projeu No. Of419 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRFSS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construct -ion Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xis or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF PORT WORTH Parker Henderson Road STANDARD SPECIFICATION City Project No. 01419 Revised JULY 20, 2018 00 32 15 - a CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five -workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by tine last day of each inonth throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. O Baseline Start date o Baseline Finish Date 6 % Complete 6 Float e Activity Logic (dependencies) O Critical Path o Activities added or deleted 6 Expected Baseline Finish date 6 Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) Explain variances from the baseline on critical path activities o Explain any potential schedule conflicts or delays o Describe recovery plans where appropriate a Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY Or FORT WORTH STANDARD SPECIFICATION Parker Henderson Road Revised JULY 20, 2018 City Project No. 01419 0032I5-0 CONSTRUCTION PROCTRESS SCHEDULE Page 9 of 10 o Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. o Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USE, 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF PORT WORTH STANDARD SPECIFICATION Parker Hi nderson Road Revised JULY 20, 2018 City Yraject No. 01419 003215-0 CONSTRUCTION PROGRESS SCHEDULE. Page 10 of I0 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jairell Initial Issue CITY OF FORT WORTH STANDARD SPECIFICATION Parker Henderson Road Revised fUL'Y 20, 2018 City Projut Na 01419 003513 BID FORM Page 16 of 16 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid an City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pd# hftp://Www.ethics.state.tx.us/forms/CIS.pdt I/ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary Li CIS Form is being provided to the City Secretary BIDDER: Company Name Here By: McClondon Constr ctiori Address Here P.O. SOX �99 Signatur Address Here or Space Burleson, Texas '78097 City, State Zip Code Here Title: END OF SECTION 7�0151 1,411k � /44 A �,- Tinted Nam-eJiere Title Here T> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43-Bid Proposal Workbook_2019-07-09b 00 41 00 BID FORM Page 1 of 3 TO: The City Manager C/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 01419 SECTION 00 41 00 BID FORM Parker Henderson Road From Mansfield Highway (BUS. 287) to Martin Street Units/Sections: Unit I - Water Improvements Unit II - Stormwater Improvements Unit III - Paving & Drainage Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43-Bid Proposal Workbook_2019-07-09b 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Plrequaliffcation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements b. Stormwater Improvements a Paving & Drainage Improvements d. Street Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 540 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {andlor achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a partof this Bid: a. This Bid Form, Section 00 41 00✓to b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42j d d. Vendor Compliance to Sta Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification SttCIS ection 00 45 12 g. Conflict of Intere Section 00 35 13 *if necessary, Qms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Go 42 43-Bid Proposal Workbook 2019-07-09b 00 41 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on 7-18-19 (Printed Name) Title: Secretary Treasurer Company: McCLENDON CONST. CO., INC. Address: BURL.ESON, TEXAS 76097 State of Incorporation: TX Email: iblair@mcciendonconstruction.com Phone: 817-295-0066 END OF SECTION $7,664, 922.85 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: .AddeQoum No. 4: Corporate Seal: 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 42 43-Bid Proposal Workbook_2o19-o7-c9b 00 42 43 BID PROPOSAL P.m 5 or 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAM, CITY PROJECT NO. 01419 DATE: 7/912019 Bidder's Proposal Bidlistltem NO. Description Specification Section No. Unit of Measure Bid Quantity unit Price Bid Value UNIT I - WA'rrR IMPROVE NTS 1 3311.0161 6" DR-14 PVC Water Pipe 33 11 12 LF 151 $64.40 $9,724.40 2 3311.0261 8" DR-14 PVC Water Pipe 33 11 12 - __ LF _._ 256 _ -. $70.00 $17,920.00 - _ e .__. .__. 3 _- -- _ _ _ _ _ 3311.0461 12" DR-14 PVC Water Pipe ._._ -_ __ 33 11 12 -_ LF 3599 $109.00 $392,291.00 4 3311.0451 12" Class 350 DIP Water Carrier 33 11 10 LF 22 $119.00 $2,596.00 5 3311,0561 16" DR-] 8 PVC C905 Water Pipe 3311 12 LF 253 $97.00 $24,54 t.00 6 0241.1000 Remove Conc Pvmt 0241 15 SY 51 $34.00 $1,734.00 7 0241.1100 Remove Asphalt Pvmt - -- 0241 I5 SY 415 $15.00 $6,225.00 8 0241.1001 Water Line Grouting 0241 14 CY 40.4 $167.00 $6,746.80 9 0241,1012 Remove 6" Water Line 024114 LF 92 $11.00 $1,012.00 10 0241.1013 Remove 8" Water Line 0241 14 LF 239 $t0.00 $2,390.00 11 0241.1015 Remove 12" Water Line 0241 14 LF 2202 $14.00 - - $30,828.00 12 - - - - ---�.._..._.._._...-- 0241.1016 Remove 16" Water Line 0241 14 LF 292 $14.00 $4,088.00 13 0241.1218 4"-12" Water Abandonment Plug, 0241 14 EA 1 $450.00 $450.00 14 - 0241.1302 Remove & Salvage 6" Water Valve 0241 14 EA 6 $230.00 $1,380,00 15 0241.1303 Remove & Salvage 8" Water Valve 0241 14 EA 3 $230.00 - - $690.00 16 0241.1305 Remove & Salvage 12" Water Valve 02 41 14 EA 5 $280.00 $1,400.00 17 0241.1510 Salvage Fire Hydrant 0241 14 EA 4 $335A0 $1,340.00 18 0241.1602 Remove TX4' Concrete Water Vault 0241 14 EA 1 $1,060.00 $1,060.00 19 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 18 Lk 556 $52.00 $28,912.00 168 20 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY $100.00 $16,800,00 21 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 1 $5,056.00 $5,056.00 22 3304.0101 Temporary Water Services (size to match existing_)_ 33 04 30 LS 1 $29,500.00 $29,500.00 23 3305.0109 Trench Safety 3305 10 LF 4291 $0.20 $856.20 24 3305,0110 utility Markers 33 05 26 LS 1 $1,670.00 $1,670.00 $3,340.00 25 3305.1004 24" Dia la" Thick Steel Casing By Open Cut 33 05 22 LF 20 $167.00 26 3305.1104 24" Dia 1/2" Thick Steel Casing By Other Than Open Cut 33 05 22 .._.,_ . LF - - 20 - _ - $835.00 - - $16,700.00 - -- - - - . - 27 -- - 3311.0001 Ductile Iron Fittings ......... .__ 33 1111 TON 13.2 $11.00 $145.20 28 3312.000I Fire Hydrant 33 1240 EA 6 $4,000.00 $24,000.00 29 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 $3,444.00 $17,220.00 30 3312,1002 2" Water Air Release Valve & Vault 33 1230 EA 1 $7,000.00 $7,000.00 31 3312.2803 Furnish & Install 6" Water Meter and Tx4' Vault 33 1211 EA 1 $21,100,00 $21,100.00 32 3312 3002 6" Gate Valve 33 1220 EA 9 $1,200.00 $10,800.00 33 3312,3003 8" Crate Valve 33 1220 EA 3 $1,700.00 $5,100.00 12 34 3312.3005 12" Gate Valve 33 1220 EA $2,700.00 $32,400.00 35 9999.0010 6" x 6" Cut -In Tee 99 99 00 LS -_- 1 _ $5,900.00 ---._...._ .- .. $5,900.00 __......_._ --- - _- _... 36 - -- --._ - -._... - - - -- 9999,0020 12" x 12" Cut -In Tee & Gate Valve -- 99 99 00 LS -_, 1 $7,800.00 $7,800.00 $2,400.00 37 9999.0030 Relocate Valve Assembly in Tx4' Vault_ 99 99 00 LS 1 $2,400.00 38 9999.0040 1' Water Service 99 99 00 EA 33 $2,100.00 $69,300.00 39 9999.0050 Box for 1" Water Meter 99 99 00 EA 16 $400.00 $6,400.00 $290.00 $4,930.00 40 9999h 60 Connect to Existing Water Meter 99 99 00 EA 17 41 9999.0070 Relocate Existing Water Meter & Box 99 99 00 EA 10 $325.00 $3,250.00 42 9999.0071 8" Concrete Pavement -- - _._....- 99 99 00 --- SY 51 $162,00 $8,262.00 ....... -- ..... ------- --__ _.............. - _.-- - 9999.0080 Construction Contingency Allowance to cover cost of 43 improvements not itemized All work completed under this item shall be 99 99 00 LS 1 $100,000.00 $100,000.00 approved by owner in writing. - �- UNIT I SUBTOTAL $935,257.60 CITY Of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F.= Revised 20120120 00 42 43-Bid Proposal Workbook-2019-07-09b 0042 43 BID PROPOSAL Page 6 of 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD. CITY PROJECT NO. 01419 DATE: 7/9/2019 Bidders Proposal Bidlistlteln No Description Specification SeclionNo. Unit of MeasureBidQuan€ily Unit Price Bid Value i UN IT 11 - STORKWATEIt IMPROVEMENTS' I DUMOLITIOi4 1 0241.0401 Remove Concrete Drive 0241 13 SF 1033 $1.00 $1,033.00 2 R--er_- e-- 0241.0500 Remove Fence 02 41 13 LF 1493 $5.00 $7,465.00 - - - ----2 3 - - 0241.0600. Remove Wall <4' - - - 02 41 13 _ LF 40 _ _._.__...... $13.00 $520.00 4 0241.0800 Remove Rip Rap 0241 13 SF 1110 $1.10 $1,221,00 5 _ _ 0241.0900 Remove Misc Cone Structure 0241 13 LS 1 $3,500.00 $3,500.00 6 0241.1000 Remove Concrete Pavement 0241 15 SY 502 $10.50 $5,271.00 7 0241 1100 Remove Asphalt Pvmt 0241 15 SY 2334 $9.50 $22,173.00 8 -- 0241 30i3 Remove 18" Storm Line 0241 14 LF 238 $9,00 $2,142.00 9 0241.3015 Remove 24" Storm Line 0241 14 LF 14 $10.00 $140.00 10 0241.3201 Remove Tx7' Box Culvert 0241 14 LF 185 $44.00 $8,140.00 11 0241,4401 Remove Headwall/SET 0241 14 EA 2 $1,884.00 $3,768.00 12 3110.0102 6"-12" Tree Removal 311000 EA 4 $350.001 $1,400.00 13 3110.0103 12"-I8" Tree Removal 31 1000 EA 3 $850.00 $2,550.00 14 3293.0104 Plant 4" Tree 32 93 43 EA 12 $1,080.00 $12,960.00 15 3441.4108 Remove Sign Panel & Post 34 41 30 EA 6 $95.00 1170.00 16 9999.0160 Remove & Salvage Advance Warning System 99 99 00 LS 1 $6,000.00 $6,000.00 SUBTOTAL $78,853.00 PAVMG MW - 17 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 583 $35.00 $20,405.00 18 3124.0101 Embankment by Plan 31 24 00 CY 5142 $19-00 $97,698.00 19 3137 0101 Concrete 313- 00 SY 4i 00 $4,715.00 20 - 3211.0126 12.5" Flexible Base, Type A GR-2 32 1123 SY 1222 -$115 $18.00 $21,996.00 $14,620.00 21 321L0400 Hydrated Lime 321129 TN 86 $170.00 22 3211.0502 8" Lime Treatment 32 11 29 SY 3601 $8.50 $30,608.50 23 3212.0502 4 5 ' Asphalt Base Tye B-- 32 12 16 SY 1222 $27.50 $33,605.00 24 _ 3213.0105 10" Concrete Pvmt 32 13 13 SY 2116 $75.00 $158,700.00 25 3213,0301 4" Concrete Sidewalk 32 1320 SF 8619 $10.00 $86,190.00 26 3213,0401 6" Concrete Driveway 32 1320 SF 2IO2 $11,00 $23,122.00 27 3216,0102 7" Cone Curb and Gutter 32 16 13 LF 57 - -- ._.- �W $60.00 - - $3,420.00 28 _ - - - - - _ 3232 0203 TxDOT Std Ret Wall - RW 1 (L) C 32 32 13 SF 182 $70.00 $12,740.00 29 _ 3291.0100 Topsoil 32 91 19 CY 426 $23.00 $9 798,00 30 - ` 3292.0100 Block Sod Placement 32 92 13 SY 2012 $4.10 $8,249.20 31 3292.0400 Seeding, Hydromulch 3292 13 SY 1185 $t,IS $1,362.75 32 3292 0500 Seeding Soil Retention Blanket 3292 13 SY 1373 $1.50 $2,059.50 33 3305 0114 Manhole Adjustinent, Ma Cover 3305 14 EA 1 $2,800.00 $2,800.00 34 -mow/ 9999.0200 Concrete Header 99 99 00 LF 48 $27.00 $1,296.00 35 9999.0220 Rip -Rap (RW Mow Strip)(4 in) 99 99 00 CY 12 $950.00 $11,400.00 36 9999.0230 Rail (HandraiI)(PRD-13 TY F) 99 99 00 LF 968 $115.00 $111,320.00 37 9999.0240 Wheel Stop 99 99 00 EA 3 $60.00 $180.00 38 9999,0250 Brick Wall w/ Pilasters 99 99 00 LF 40 $15D.OD $6,000.00 SUBTOTAL $662,284.95 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fans Revised 20120120 00 42 43-Bed Proposal Workbook-2019-07-09b 00 42 43 BID PROPOSAL Page 7 of 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/9/2019 Bidder's Proposal BidtistItem No Description Specification Section No. Unit of Measure Bed Quantity Unit Price Bid Value 39 _ iiF AINACL _ - .I 0241. t 100 Remove Asphalt Pvmt -- - 0241 15 SY 112 $20.00 $2,240.00 40 3201,0112 5' Wide Asphalt Pvmt Repair, Residential 3201 18 LF 200 $62.00 $12,400.00 41 3301.0002 Post -CCTV Inspection 33 05 10 LF 1250 $2.00 $2,500.00 42 3305.0109 Trench Safety 33 01 31 LF 1250 $1.00 $1,250.00 43 - - --- -- ---- - ---- - - - --- 3305.0116 Concrete Encasement for Utility Pipes --- - 3305 10 -- ---- CY ._._ ..... ... 4 $167.00 $668.00 44 313T0101 Concrete Riprap 313700 SY 2 $112.00 $224.00 45 3341.0103 18" RCF, Class Ili 33 41 10 LF 4] 5 $170.00 $70,550.00 46 3341.0205 24" RCP, Class Ili 33 41 10 LF 419 $157.6- $65,783.00 47 3341.0309 36" RCP, Class Ill 3341 10 LF 166 $241.00 $40,006.00 48 3341.0409 48" RCP, Class 111 3341 10 LF 17 $314.00 $5,339.00 49 3341.0502 54" RCP, Class 111 3341 10 LF 210 $353,00 $74,130.00 50 3341.1001 3x2 Box Culvert 3341 10 LF 21 $272.00 $5,712.00 51 3349.0001 4' Storm Junction Box $4,185.00 $4,185.00 33 49 t0 EA 1 52 3349.4103 18" SET, 1 pipe 33 49 40 EA 2 $3,350.00 $6,70Q00 53 - _ -_ __ 3349.4105 24" SET, 1 pipe _ T__ _ 33 49 40 _ -- _ . EA I $3,661.00 $3,661.00 54 3349.5001 10' Curb Inlet 33 49 20 EA 9 $4,266.00 $33,394.00 55 3349.7001 4' Drop Inlet 33 49 20 EA 1 $5,436.00 $5,436.00 56 3349.7002 5' Drop Inlet 33 49 20 EA 1 $6,023.00 $6,023.00 57 9999.0090 6'x10' PJB 99 99 00 EA 1 $9,702.00 $9,702.00 58 9999.0120 PW-1 for 2-3'x2' MBC 99 99 00 EA 1 $7,738.00 $7,738.00 SUBTOTAL $362,640.00 *.r`IC;FI Na AND PAVE11'TENT i►MARICIN(' S- 59 3217.0002 4" SLD Pvmt Marking HAS ff 32 17 23 LF 1718 $1.05 $1,803,90 60 �- - 3217.0501 24" SLID Pvmt Marking HAE (W) 32 17 23 LF 21 $6.00 $126.00 61 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 1 $495-00 $49_5.00 _._ _--- SUBTOTAL J -- $2,42490 62 3123.0101 Unclassified Excavation by Plan -Channel 3123 16 CY 3862 $22.00 $84,964,00 63 3137.0I01 Concrete Riprap 31 37 00 SY 94 $134.00 $12,596,00 64 3291.0100 'Topsoil 3291 19 CY 34 $23.00 $782.00 65 3292.0100 Black Sod Placement 32 92 13 SY 1220 $4.10 $5,002.00 66 9999.0350 Gravity Wall 99 99 00 SF 3804 $75.00 $285,300.00 SF 67 9999.0370 Interlocking Articulating Concrete Blocks 99 99 00 9-370 $24.00 $224,880.00 68 9999.0380 TurfReinforcement Mat 99 99 00 SY 1220 $18.90 $23,058.00 9999.0390 Construction Contingency Allowance to cover cost of improvements not itemized All work completed under this item shall be 99 99 00 LS 1 $100,000.00 $100,000.00 69 approved by owner in writing. ______: 70 _ _----_-._- 9999.0392 Temporary Special Shoring 99 99 00 LS 1 $1.00 $1.00 SUBTOTAL $736,583.00 UNIT J1 SUBTOTAL $1,842,785,95 GTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F.- Revised 20120120 00 42 43-Bid Proposal Workbool,_20 E9-07-09b 00 42 43 BED PROPOSAL Page 8 of 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/9/2019 Bidder's Proposal 13idhst Item Description Specification Unit of Bid Quantity Unit Price T Bid Value No. Section No. Measure UNIT III - PAVING & DRAINAGE I OR HULL TION I 1 0241.0100 Remove Sidewalk 0241 13 SF 607 $1.00 $607.00 2 0241.D401 Remove Concrete Drive 02 41 13 SF 508 $1.00 $508.00 3 0241.0403 Remove Brick Drive 0241 13 SF 6 $7.00 $42.00 4 0241.0500 Remove Fence 0241 13 LF 4192 $5.00 $20,960.00 5 0241.1000 Remove Concrete Pavement 0241 15 SY 1032 $12.00 $12,394,00 6 0241.1100 Remove Asphalt Pvmt 0241 15 SY 7921 $11.00 $87,131.00 7 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 149 $2.50 $372.50 8 0241.1700 Pavement Pulverization 0241 15 SY 3697 $11,55 $42,700.35 9 0241,301 t Remove 15" Storm Line 02 41 14 LF 378 $25.40 $9,601.20 i 0 0241.3013 Remove-1 8 " Storm Line 02 41 14 LF 213 $28.40 $6,049.20 11 3110.0102 6"-12" Tree Removal 31 1000 EA 53 $350.00 $18,550.00 12 3110.0103 12"-18" Tree Removal 31 1000 EA _ 18 _._..- - $850.00 _. - .._ - - $15,300.00 13 3110.0104 18"-24" Tree Removal 31 1000 EA 6 $1,200.00 $7,200.00 14 3110.0105 24" and Larger Tree Removal 31 1000 EA 6 $2,000.00 $12,000.00 15 3293.0104 Plant 4" Tree 32 93 43 LA 135 $1,080,00 $I45,800.00 t6 3441.4108 Remove Sign Pane] & Post 34 41 30 EA 8 $95.00 $760.00 17 9999.0140 Remove & Relocate Mailbox 99 99 00 EA 6 $800.00 $4,800.00 18 9999.0150 Remove & Relocate Bollard 99 99 00 EA 3 $185.00 $555.00 9999,0170 Construction Contingency Allowance to cover cost of 19 improvements not itemized All work completed under this item shall be 99 99 00 LS 1 $50,000.00 $50,000.00 approved by owner in writing. SUBTOTAL $435,320,25 J PAVING 20 0171.0101 Construction Staking 01 71 23 LS $50,000.00 21 3123.0101 - Unclassified Excavation by Plan 3123 16 CY -1 - 9924 -$50,000.00 $48.00 _ $476,352.00 22 3124.0101 Embankment by Plan 31 24 00 CY 738 $26.00 $19,188.00 23 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $51,425.00 _ $51,425.00 24 321L0124 10" Flexible- Base, TypeA-, GR-2 32 1123 SY 612 $19.00 $1],016.001 25 3211.0126 12,5" Flexible Base, Type A GR 2 32 11 23 SY 1172 $19.00 26 3211.0400 Hydrated Lime 32 11 29 TN 282 $170.00 .$22,268.00 $47,940.00 27 3211.0502 8" Lime Treatment 32 1129 SY 11756 $6.25 $73,475.00 28 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 6554 $12.50 $81,925.00 29 3212.0500 2.5" Asphalt Base Type B 32 1216 SY 463 $20.00 $9,260.00 30 3212.0502 4.5" Asphalt Base TRe B 32 12 16 SY 1172 $26.00 $30,472.00 - -31 3213.0105 10" Concret 32 .. -___ .__-_ _ _w _, __ 3213.0301 4" Concrete Sidewalk _ _�_.__ __- 32 13 20 SF ...... 34262 $9.00 _.._._._. _. $308,358.00 33 3213.0401 6" Concrete Drivew 32 1320 SF 9102 $11.00 $100,122.00 34 _ _- 3213,0505 Barrier Free Ramer Type M-3 32 13 20 EA 1 $1,900.00 $1,900.00 - 35 - - _ - 3213.0506 Barrier Free Ramp, Type P-1 - 32 1320 EA - - 3 ­_ - $1,450.00 -__ -- $4,350.00 36 3213 0507 Barrier Free Ramer Te P-2 32 13 20 EA 14 $1 450.00 _ $20,300.D0 37 - 3216.0IO2 7" Cone Curb and Gutter 32 16 13 LF 1.06 $40.00 $4,240.00 38 13232.0100 Cone Ret Wall with Sidewalk, Face 32 32 13 SF 429 $40.00 $17,1%00 3291.0100 Topsoil 32 91 19 CY 1453 $23.00 $33,419.00 _39_ 40 _ 3292.0100 Block Sod Placement 3292 13 SY 8765 _ $4.10 � $35,936.50 41 3292.0400 Seeding,Hydromuleh 329213 SY 8717 $1.15 $10,024.55 42 3305.0108 Miscellaneous Structure Adjustment -Water Meter vault 3305 14 EA 1 $7,500.00 $7,500.00 43 3305.0114 Manhole Adjustment Major w/ Cover 330514 14 EA 3 $2,800.00 $8,400.00 - 44 _ _ _ _ -- -- - - - - -- 9999,0180 Concrete Curb Dowel _ _ . -. - _ -_ 99 99 00 LF ___ _ - 1357 - - $15.D0 _-- $20,355.00 45 9999.0190 Mountable Curb and Gutter 99 99 00 LF 100 $30.50 $3,050.00 46 9999.0200 Concrete Header 99 99 00 J LF 141 $22.F01 $3,102.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F- Revised 20120120 00 4243-Bid Proposal Wmk6nok_201947-09b 004243 BIDPROPOSAL Page or Ib SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 71912019 Bidlistltem Specification Unit of No. Description Section No. Measure BEd Quantity Unit Price Bid Value 9999.0260 Construction Contingency Allowance to cover cast of 47 improvements not itemized All work completed under this item shall he 99 99 00 LS 1 $100,000.00 WOW approved by owner in writing, SUBTOTAL $2,232,514. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rcviscd 20120120 00 42 43-Bid Proposal Workbook 2019-07-09b 00 42 43 BID PROPOSAL Pap 10 or K SECTION 00 42 43 PROPOSAL FORM PARKER HENDERSON ROAD. CITY PROJECT NO. 01419 DATE: 71912019 Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value T1tAIrlr1.{'}M1rf1;{11�' 48 32J 1.0125 12" Flexible Base, Type A, GR-2 32 1123 Sy 9709 $I8.00 $174,762.00 49 3212.0304 4" Asphalt Pvmt Type D 32 12 16 SY 7902 $26 00 $205,452.00 50 3441.1802 Relocate School Zone Warning Flasher Assmbly (So1ar) 3441 10 LS 2 $5 800.00 $11,600.00 51 3471.0001 Traffic Control 34 71 13 MO 15 $6,000.00 $90,000.00 52 9999.0270 Temporary 15" CM? 99 99 00 LF 466 $41.75 $19 455.50 53 9999 0280 Temporary 18" CMP 99 99 00 LF 56 $41.75 $2,338.00 _ 54 - _ - _ _ _ _ _ - _ 9999.0290 LPCB Type 1, Furnish & Install 99 99 00 LF 1240 $50.00 $62,000.00 55 9999,0300 LPCB Type 2, Furnish & Install 99 99 00 LF 120 $50.00 $6,000.00 56 9999.0310 Removable Paving Marking�W14 (SLD) 99 99 00 LF 12372 $1.00 $12,372.00 57 9999,0320 Removable Pavia Marking (Y) I"(SLD) 99 99 00 LF 12512 $1.00 $12,512,00 58 9999.0330 Removable Paving Marking (W)12"(SLD) 99 99 00 LF 64 $1.00 $64.00 59 - 9999.0340 Orange Mesh Construction Perimeter Fence 99 99 00 LF 915 $4.70 $4,300.50 SUBTOTAL $6D0,85G.OD !I DRAIIVr41; K _ r. 60 0241.1100 Remove Asphalt Pvmt 0241 15 SY 112 $20.00 $2,240.00 LF 61 3201.D112 5' Wide Asphalt Pvmt Repair, Residential 32 01 18 200 $54.00 $.10,800.00 62 3301.0002 Post -CCTV Inspection 3305 10 LF 1900 $1.70 $3 230,00 63 3305.0109 Trench Safety 33 01 31 LF 1900 $0.60 $1 140.00 64 3137.0101 Concrete Riprap 31 37 00 SY 102 $125,00 $12,750.00 65 3341.0103 18" RCP, Class III 33 41 10 LF 69 $116.00 $8,004.00 263 $149.00 66 3341.0201 21" RCP, Class 111 41 10 LF $39,187.00 67 3341.0205 24" RCP, Class 111 3341 10 LF 896 $139.00 $124,544.00 68 3341.0208 27" RCP, Class III 33 41 I0 LF 667 $162.00 $108 054.00 69 3341.0302 30" RCP, Class 111 3341 10 LF 7 $197.00 $1,379.00 70 3349.0001 4' Storm Junction Box 33 49 10 EA 8 $4,136.00 $33,088.00 71 3349.4103 18" SET, I pipe_ -33 494 0 EA 2 $3 356.00 $012.00 - 72 -y - 3349.6001 I D' Recessed Inlet 33 49 20 EA 5 $4 502,00 $22,510.00 73 3349,6002 15' Recessed Inlet 33 49 20 EA 2 $52125.00 $10,250.00 74 3349.7001 4' Drop Inlet 33 49 20 EA 1 $5,386.00 $5,386.00 75 9999.0100 I0' Open Back Recessed hilet 99 99 00 FA 3 $5,299.00 $15 897.00 76 9999.0110 10' Curb & Grate Inlet Type 1 99 99 00 EA 1 $3,934.00 $3,934.00 77 9999.0130 3/8" Steel Plate for SW Crossing 99 99 00 SF 45 $35.00 $1 575.00 SUBTOTAL$410,G80.00 STONJ11 i AND IPA1'Ef�' EN I' hIARKIP1Oti - - 78 3217.0001 4" SLD Pvmt Marking S (W) 32 17 23 LF 3042 $1.05 $3,194.10 79 3217.0002 4" SLD Pvmt Marking "AS (Y� 32 17 23 LF 8794 $1.05 $9 223.20 80 _ _- _ 3217.0005 4" DOT Pvmt Marking 32 17 23 LF 976 $1.05 $1 024.80 81 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 150 $2.00 $300.00 188 82 - 3217.0202 8" SLD Pvmt Marking HAS (Y) 32 17 23 LF $2.00 $376.00 $4.00 83 3217.0301 12" SLD Pvmt Marking HAE_(W) 32 1723 LF 90 $360.00 84 3217.0501 24" SLD Pvmt Marking HAE (W) 32 1723 LF 476 $8 00 $3,808.00 85 - 3217.1002 Lane Legend Arrow 32 1723 EA 2 $135 00 $270.00 86 _ 3217.1004 Lane Legend Only 321723 EA 2 $135,00 $270.00 87 - 3217,1006 Lane Le end Bikc -32 1723 EA �12 $430.00 $5,160.00 88 32171007 Lane Legend Sharrow 32 17 23 EA - 3 $410,00 $1 230.00 89 3217.2102 REFL Raised Marker TY I-C 32 t7 23 EA 8 $4.00 $32.00 90 3217.2103 REFL Raised Marker TY If -A -A 32 17 23 EA 112 $4- 09'1 $448.00 91 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. _ 34 41 30 EA 30 $495.60 $14 850,00 SUBTOTAL $40,546.10 II.LIfr1'i�.Q CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fow Revised 20120320 00 42 43-aid Proposal Workbook_2019-07-09h 00 42 43 BID PROPOSAL Pago I I of 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/9/2019 Bidder's Proposal Bidlistltem Descriptipn Specification Unit of Bid QuanEiiy Unit Price Bid Value No Section No. Measure 92 3441.1401 NO 4 Triplex OH insulated Elec Condr 3441 10 LF 1695 $5.00 $8,475.00 93 3441.3323 Furnish/Install 8' Waad Light Pole Arm 34 4110 EA 10 $780.00 $7,800.00 94 3441.3051 Furnish/Install LED Lt Fixture (137 watt ATB2 Cobra Head) 34 41 20 EA 11 - $900.00 $9,900.00 SUBTOTAL - $26,175.00 UNIT III SUBTOTAL $3,746,091.4U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS From Revised 20120120 00 42 43-Bid Proposal Wockhaok_2019-07-09b 004243 BIDPROPOSAL Page 12 "f 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 7/9/2019 Bidder's Proposal BidlistItem No Description Specification Section No. Unit of Measul a Bid Quantity Unit Price Bid Value Bid Summary Base Bid UNIT I - WATER IMPROVEMENTS UNIT II - STORiNWATER IMPROVEMENTS UNIT III - PAVING & DRAINAGE IMPROVEMENTS $935,257.60 $1,842,785.85 $3,746,091.40 Total Base Bid l S6,524,134.851 Alternate t Bid Wrecast Culverts without TCP Modifications) UNTT fl - STORKWATER UVWROVEMENTS I l I I I 1 Al-1 9999.0210 Retaining Wall (MSE) 99 99 00 SF 731 No Hid SUBTOTAL 1. — — T11 A IrFIr- CONTROL TROL— A1-2 3124.0101 Embankment by Plan 31 24 00 CY 7904 No Bid Al-3 3211.0125 12 Flexible Base, Tie A, GR-2 32 11 23 SY - 1301 No Bid r _ .__ r - No Bid - - - - - Al-4 -- — — - - _ .- 3212.0304 4" Asphalt Pvmt Type D 321216 SY 1072 - No Bid Al-5 34 31.0103 Temporary 12" RCP, Class M 33 4110 LF 40 AI-6 — 3471.0001 Traffic Control —�- -- - 347 13 - - _ _— MO — - ---.._..------ 3 ----- ----- No Bid Al-7 9999.0310 Removable Paving Marking (W)4"(SLD) 99 99 00 LF 726 No Bid No Bid Al 8 9999 0320 Removable Paving Markin (Y)f_( LD)^ — — 99 99 00 LF 958 SUBTOTAL Al-9 3341.2108 1 Ixl I Box Culvert (Precast) 3341 10 LF 406 No Bid 99 99 00 No Bid A140- 9999.0360 PW for 7-1 Pxl I' MBC EA 2 SUBTOTAL Total Alternate 1 NO Bid Alternate 2 Bid (Precast Culverts with TCP Modifications) A2-1 _ _ A2-2 A2-3 A2-4 UNIT 11- STORMW TER IMPROVENLE, vTS -FA►'ING 9999,0210 Retaining Wall (MSE) SUBTOTAL ; TRAFFIC CONTROL 9999.0341 Traffic Control SUBTOTAL CULVERT 3341.2108 11x11 Box Culvert (Precast) 9999.0360 PW for 7-I 1'xl 1' MBC SUBTOTAL 99 99 00 SF 7311 No Bid 99 99 00 i LS ,I 1 - No Bid _ _ 3341 10 � LF EA 406 2 No Bid 99 99 00 No Bid Total Alternate2L No Bid!] CITY OF FORT WORTH STANDARD CONSTRUMON SPGCUICATION DOCUMFNTS Farm Revised 20120120 00 42 43-Bid Proposal Warkbwk-2019-07-09b 004243 BID PROPOSAL P%Q 13 of 16 SECTION 00 42 43 PROPOSALFORM PARKER HENDERSON ROAD, CITY PROJECT NO. 01419 DATE: 71912019 Bidder's Proposal Bidlist Item Description Specification Unit of No, Section No. Measure Bid Quantity Unit Price Bid Value Alternate 3 Did (Cast -In -Place Culverts with TCP Modifications) t�NI'1' ii - STORMWATEIt I.MPROVEMENTS J J Pe%VIW ff A3-1 9999.0210 Retaining Wall (MSB) T 99 99 00 Sr' 7861 $72.00 $565,992.00 SUBTOTAL TT1 FH12 CONTROL A3-2 9999.0341 Traffic Control 99 99 00 LS 1 $25,000.00 $25,000.00 SUBTOTAL - = — _ ctlt.vw A3-3 9999.0391 11x11 Box Culvert (Cast-In-Place) 9999 00 LP 406 $957.00 $388,542.00 A374 9999.0360 PW for 7-1 Vx11' MBC 99 99 00 EA 2 $80,627.00 __.._. _ _ $161,254,00 _-- - — - SUBTOTAL — Total Alternate 3 $1,140,788.00 Deductive Alternate Bid Total Deductive Alternate Bidl NO Bid Additive Alternate Bid Total Additive Alternate Bidl NO Bid Total Bid (Base Bid +Alternate 1 or Alternate 2 or Alternate 3) $7,664,922.85 END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Farm Rcvisod 20120120 00 42 43-Bid Proposal Workbook 2019,0M96 100VIOl tli] Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 548 Memorial Plaza, Burleson, Texas 76024 as Principal, hereinafter called the Principal, and the Merchants Bonding Company [Mutual] of 101 E. Park Blvd., #600, Plano, TX 75074 , a corporation duly organized under the laws of the State of Iowa , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas, 1000 Throckmorton Drive, Fort Worth, TX 76108 as Obligee, hereinafter called the Obligee, in the sum of ***FIVE PERCENT OF TOTAL AMOUNT BID BY PRINCIPAL' Dollars ( 5% TAB ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind. ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents With good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished hi the prosecution thereof, or M the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of July 2019 d Witness Witness Patricia A. 4yttle (Seal) Principal EC : iIILI@% BONDING COMPANY,. POWER OF ATTORNEY Know All persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC., both being corrpordlivn3 of the state of lows (herein cvllediveiy cuiied the 'Companies') uo hereby make. constitute find appoint, ridlviduaiiy, Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael 0 Hendrickson; Patricla Ann Lyttie their true and lawful Altomey(s}In-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by taw. This Power -at -Money is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on Aprif 23, 2011 and amended August 14. 2015 and adopted by the Board of Directors of MerchanlsNallonal Sonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and atlach the seal of the Canpany thereto, bonds and undertakings• recognizances, contracts of Indemnity and other writings obligatory in the nature thereof.' 'The signature of any author(zed officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shell have the same force and effect as Ihough manually fixed." to connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and nut hority hereby given to the Attorneytn-Fact indudas any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. if is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under Its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 7th day of January . 2019 NO co '• �`�iLpOR 0a a : °O�� �1P 0 MERCHANTS BONDING COMPANY (MUTUAL) a -'GO �l •�� a ° ®; 4 A'�Ji: �; MERCHANTS NATIONAL BONDING, INC. 2003 ;��: ��'` 1933 �'c: By �'.� �'•''��°° �'&'�W"r.: -' \1a�i President STATE OFIOWA .•°'•ru�iii••'�� •••.°••• COUNTY OF DALLAS ss. On this this 7th day of January 2019 before me appeared Larry Taylor, to me personally known, who being by me duty sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,,rRl"L s AUCIA K. GRAM p Commission Number 767430 z7 Any Commission Expires r Aptif 1, 2020 Notary Public (Expiration of notary's commission does not Invalidate this Instrument) 1, William Wemer, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC_, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. in Witness Whereof, I have hereunto set my hand and affixed the seal of the Go.mpanies on this 11thday of July 2 ° 19 G co 4. 2003 :� • '� 1933 Secretary POA 0018 (3/17) ••''i+,•••••°••'' ° ° 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 14 of 16 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of . . ; : - , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of I kiN l- W. J�tHIGk , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of o i-company or our parent company or majority owner is in the State of Texas. BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here McClendon Construction P.O. Box 999 Burleson, Texas 78097 END OF SECTION By: Printed Name Here (Signature) Title: ttwmeiv ye- e ice, 4 Date: / — f a:-'/ 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 4243-Bid Proposal Workbook_2019-07-09b 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4S 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.usltaxpermitl and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at wwwAub.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 -scope of the work performed. 38 c. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should, (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Preualifccation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. S0 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 004511 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 I d. If a contractor has a valid prcqualification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 4 & END OF SECTION CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Improvements Gra Tex Utility 10/31/2019 Stormwater Improvements Gra Tex Utility 10/31/2010 Paving & Drainage Improvements McClendon Construction / Humphrey & Morton 8-1-19/3-31-20 Street Lighting Bean electrical Dale HL-re or �Ipaoo The undersigned hereby certifies that the contractors andfor subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name Here By. Printed - Address Here McClondon Constnictian- Address Here or Space P.O. Box 999 481gnature) City, State Zip Code Here PA10OSCt1, TeXa , 7 ZV Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 42 43-Bid Proposal Workbook_2019-07-09b 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01419. Contractor fiu-ther certifies. that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: McClendon Construction Co., Inc By: Dan' c b e-Aclo n Company (Please Pr' P.O. Box 999 Signature: Address �,` Burleson, TX 76097 Title:�� , cue^+ City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARR.ANT § BEFORE MEd the urlde �� authority, on this day personally appeared �� r , known to me to be the er on Whose name is subscribed to the fore oin instrument, and acknowledged to me that�she executed the same as the act and deed oft � 6e) '� _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 00-1 , 20 MISTY WESB +�r�`... '�• t4otery Public, state of T®xae . Comm. Expires 01-09•2022 y�1s Notary ID- t261336467 END OF SECTION 18,vl^ day of for the State of Texas CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No, 01419 INTENTIONALLY LEFT BLANK 2 3 4 5 A 7 .8 �i 1 t7 tl 12 l.� 14 JS 1(5 17 LS 19 20 21 22 73 24 25 26 27 2g 29 30 31 32 31 34 35 00 45 444- 1 Kawty Bid5inu9s E,rtft;vNe Sparijlquiiurs Page 1 47 SLR 1"ION Uh 45 40 Mfii rity-Bwdnes' Enterprist± Sp�eifkalli€anq APPIAC ATION OF POLICY If the total dollar value of the cohtratl- is. grciftr than $50,000, then ax NERE subs ntraat(lfig fool is applicable. 1'OUCY STATEMENT It. is the pulit:y of the City. of Fort Worth to CIRSUte t130 full and equitable participatiori by Minavity M4sinc s Entetpiises (MBE) in the jrocau'aMvnt of all goods and seivic�--s. All requirements rind regLdarion- started in €lie [sity`.q current Basin" Aversity Enicrpthgc 0i)di11 ancc apply to This bid. JNIRE PROJECT GOALS The City's MBE goal on this plojnet is f� of flit total bid value of the contract (P&sv bid r7jildies firs Paj•kt and COMONDUt+ Services). Note. If both WE land Sl3E subcontracting goals are estAllshed for this project, then Sill OfferGr must submit bath a MBE Ut[Wadon Form and a SHE ETtili37altiori Form to he deenied responsive. C[}l1 PLIeANCE TO BrD SPEC,TKCATTON On City contracts ,S50.000 or mcti& where as MBE subcnntniutiug goat is applied, O ferfus are J'eguiled to corulpjy with the intent of the City's 51,13iaae.% 1)ivers1ty 5-latetpi7sc Ord inanc'c by arv: of the followif] g; 1, Meet or exceed the above Rtatied Ml3E goal through 54-BE su beon trae- 0 ng participation, Or 2. Meet or exceed r.lie above sWcd NVME gual through MBE Joint Venture participation, or 3. [wood Faith Effnri dipeurneutation, ur; 4. Fries Rivfir dorumfintRtion. SUBMIT"l'AL OF RF.01lIRED DOCINTATA'FIM The applicable doc nnents ffilist be i i +eel by the I°umlmirtg Divisiuo, Wiftil the .I.bIlow-Ing tines allocated. in order for the entire bid to be eoasidafiid resphaiisive to Lhe-ipea:ificatiwis_ Pie Off'etar shall 0clivcr the E- doctonentalioja 'Lu pcnsnn Lu the apprapriaitc empinya� of [lie purclihing clivisinn and 0btoin it dat4;11Rmu rcaciP1. Such receipt q],i'igl k+c t:YiLicilee Alai I[IQ Ciry r(�6vc:tI IhL ci;lc:aaa.rlc:11wficxal 6 tic Owe'.allocsted. A fared and{ar emailed copy wffl.nut be accepted. 1. Saheantract[Ir i.itil 2-a- ifln Forns, if I r6Celveci no later than 2.{1{} li,m , on Lhe sdeond City bnsineSS gQal 1S Tnel or S xcueded: 4ty ate r the bid optrdng flour, exclusive of the Biel ripening WE. 2. Good Faith Effort and received na later than 104 p.m., an the si cond City bausiness subcono-actar IJtiliratinn Torre, if day afar Cite bid opening date, =olurdve of the, chid opening artici ration is less dum stated goal: date. 3. Gaud Faith Effort and r rived is�.r Iater than 2.00 p,m., on the second City btAsftwss Subconfi-Roar UtitizatiGn Form,. if no day after tl-�e bid opening date, exclusive Rf the bid Qperihig NM pactiripwion: date- 4. Prune[ antiactai-WiiiverTurm, reczivad rip later Lluln 100 p.rn., on tfie mtond City bimines..; if yaar will perform ail dray Tci- dit: laid opcnIrig date:, exalusiVt; of the bad opeiiing, coilu'actin 811 , Iier ork: date, UTY OF FORT WORTH Paker Keudatooi i XwO STANAARJ] 130C UMFENTS OZY PusjW Nei rll4 19 Rcvised Rim 9, 21015 {lit 45 40 -$ MiMoilty Ehoincq Emkxprizc S}v ifwmiipns puge 2 IF1. 5. Jain If Yen fuse Form, if goal is met recuivcd mo lalcr than VK1 p.1n, on the second City Ijmuiess or cxcoe&d. day alllor. the Wd Opening date, exclusive of the bid upt:tting (late, FAILURE TO COMPLY WITH THE CITY S 81JS1NFM .D1VFRSITY ENTERPRISE ORDINA[ C-E 3 WILL RESULT 0 THE BW -9KIN G CON S1E)FRE11 N ON -RF4,9(INSTY[+. TO SPECIFICATIONS. PA1I.URL' TO SUIBMIT T E]E FtE 111 RED MUE D 0iUWXTATION WILL RES 11L7' IN THE BID BEING CONSYbliRED NON -RE POINSIVE. A SECOND >=AMURE WILL R Sl uUr 1N .Rm OFFMOR BUNG DISQLIA11r1l 1) FOR A I'F.1tJ D OF 0KE YLrIR THREE FALL mES 1N A FIVE YEAR PE-Ri0D W ELLRESCIIX IN A DIS UAU"CWTON PE OD OF711 xEC YEARS. �a 7 Any luesi-16os, Please Contact The 1 I BE (Mee at (817) 212-2674. S END OF SEM10N 9 10 c.wY OJQFOR-r oRTN Parker 11CudUAvuD KMJ -STANDAkt) CONST1UfC:T ON SPECIIFICAMN DOCIUMPNTS (=iiy PrgjeatNa 1)14J 4 RcvbXd junr.9, 2rn i5 00 52 43 - 1 Agreement Page I of 5 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on Y 17 iy is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and McClendon Construction Co., Inc., authorized to do business in Texas, acting by 6 and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Parker Henderson Road 16 !ZV Project No. 41419 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of Seven Million Six Hundred Sixty_Four Thousand 20 Nine Hundred Twenty Two and 851100 Dollars ($ 7..664.922. . 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 540 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 35 (650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised IL 15.17 00 52 43 -2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal doeulnents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bands 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by Deference and described in the Table of 60 Contents of the Proj ect's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the_city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 8I causes of actions. 82 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na 01419 Revised 11.15.17 00 52 43 - 3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is aIleaed or 89 proven that all or some of the damages being sought were caused, in whole or in part, 90 by any act, omission or negligence of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 ,Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) will not boycott Israel during the terin of the contract. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised 1 l - 15.17 00 52 43 _4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terns 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. (1) does not boycott Israel, and (2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form (I-9). Upon request by City, Contractor shall provide City with. copies of I31 all 1-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third -Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third -party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on -site .representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such. construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01419 Revised 11.15.17 005243-5 Agreement Page 5 of 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor: City of F0 Wo h By: McCI don onstruction Co., Inc. Dana Burghoff By: Interim Assistant City Manager (Signature) Date L � ((.- I i I 170 171 172 173 174 175 176 177 (Printed ame) n Title: /?rdSt& Address: P.O. Box 999 City/State/Zip: Burleson, TX 76097 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 Attest: City Secretary (Seal) M&C 1 (0 `•� ° Date: MI 1 -7O9'C n ��� Form 1295 No. � C( St Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Michael Weiss, P.E. Sr. Professional Engineer I Douglas W. Black Assistant City Attorney A�POU L REC DED: William Johnson, .E. DIRECTOR, Transportatio and Publi Works Department OFFICUAL RECORP P rker Hender on Road C1 SECR � Vt o 01419 rT. WORTIN, YX INTENTIONALLY LEFT BLANK Bond No. TXC611783 0061 13 -1 PERFORMANCE BOND Page I of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT S 7 known as 8 That we, �.� ' n � �, _� �• , 9 "Principal" herein and Merchants Bonding Company Mutual _, a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the nenal 13 sum of,$e1g_q Million Six Hundred Sixty Four Thousand Nine Hundred Twenty Two and_85 100 Dollars 14 ),lawful money of the United States, to be paid in Fort Worth, � 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the day of Q, evil, 20f, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Parker Henderson Road from Mansfield 23 Highway (BUS. 287) to Martin Street , City Project No. 01419. 24 . N6W, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in 31 Tarrant County, Texas or the United Slates District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised rely I, 2011 0061 13-2 PERFORMANCE BOND Page 2of2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on Otis bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 17th day of� 6 October , 2019_. 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ATT ST: 3 �� To -Pal) /L;.o Witness as to Surety PRINCIPAL: McClendon Construction Co. Inc. B S ignaturc ban Name and Title Address: 548 Memorial Plaza Burleson, Texas 76024 SURETY: Merchan Bonding Company Mutual BY: Signa e Betty J. Reeh, Attorney -in -Fact Name and Title Address: 101 E. Park Blvd., #600 _ Plano,_ Texas 75074 Telephone Number: 214-989-7100 41 *Note: If signed by an officer of the Surety Company, there must be on file a ccrtified extract 42 from the by -laves showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Paritcr Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 Bond No. TXC611783 0061 14- 1 PAYMENT BON❑ Page I oF2 I SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, erdoyl(—Ura, known as 9 "Principal" herein, and Merchants Bonding Company (Mutual) , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the Slate of Texas, known as "City" herein, 13 In the penal sum of Seven Million -Six Hundred Sixty_ Four Thousand Nine hundred -Twenty, Two and �Dollars 14 ($� , lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 day of 5(A be r , 20JI, which Contract is hereby referred to and 20 made'a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated Parker Henderson Road from Mansfield Highway (BUS. 287) to 23 Martin Street , City Project No. 01419. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPFCIFICATION DOCU4IGNTS City Project No. 01419 Revised July I, 2011 0061 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 17th day of 3 4 5 6 7 8 9 10 12 October , 2019 ATTEST: ATTEST: (Surety PRINCIPAL: McClendon Construction Co., Inc. BY: &idil Signature — �_,aa Name and Title Address: 548 Memorial Plaza Burleson, Texas 76024 SURETY: Name and Title Address: 101 E. Park Blvd.,_#600 Plano, Texas 75074 Witness as to Sure Telephone Number: 214-989-7100 Note: if signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical - address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2o11 2 3 4 5 6 7 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Bond No. TXC611783 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS 0061 19-1 MAINTENANCE BOND Page t of 3 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we UC.i _,_t �r.., known as "Principal" herein and Merchants Bonding Company (Mutual) , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Seven Million Six Hun reel 5�xty Four Thousand Nine Hundred Twenty Two and_8�/100 Dollars (S I %V t g5j, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the IlAday of h+r' , 20which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Parker Henderson Road from Mansfield Highway (BUS. 287) to Martin Street , City Project No. 01419; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice froln the City of the need therefor at any time within the Maintenance Period. CITY O1: FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 0061 19 - 2 MAINTENANCE FOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this- Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Porker Henderson Road City Projcct No. 01419 0061 19-3 MAINTENANCE; BOND Page 3 or3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authori7.ed agents and officers on this the 17th day of 3 ___ October , 2019 . 4 5 6 7 8 9 to 11JAEST1314cinall3ecretary 15 16 17 18 19 2.0 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Suret 33 34 35 Witness as to SW 36 PIUNCIPAL: McClendon Construction Co., Inc. g tur rs menenr 6n *--, Name and Title Address: 548 Memorial P az Burleson. Texas 76024 Name and Title Address: 101 E. Park Blvd., #600 Plano. Texas 75074 Telephone Numbcr: 214-989-7100 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No, 01419 Revised July I, 2011 INTENTIONAI..,LY LEFT BLANK MERCHANi7s!�� BONDING COMPANY'. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the'Companies') do hereby make, constitute and appoint, Individually. Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley, Michael D Hendrickson; Patricia Ann Lyttle their true and lawful Altomey(s) in -Fact, to sign Its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14. 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. 'The President, Secretary, Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bands and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof.' 'The signature or any authorized officer and The seat of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authortzing the execution and delivery of any bond, undertaking, recognizance, or ether suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection wdh obligations In favor of the Florida Department of Transportation only, it is agreed Thal the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Stale of Florida Department of Transportation. 11 is fully understood that consenting to The State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the AtlomWIn-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given 10 the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the mortification or revocation. In Witness Whereof. the Companies have caused this Instrument to be signed and sealed this 71h day of January 2019 . LIP iI#� :�®�`4s �D�O��Q�' 'off•: MERCHANTS BONDING COMPANY (MUTUAL) Gs '�� ;`��. MERCHANTS NATIONAL BONDING, INC. fn 2003 - : y: 1933 : c; By �,. ` s� •�'•.qf�'••....... 0,.41• •m�•Y •' i; \�.+ r'reSident STATE OF IOWA /"'/""'' • • •' COUNTY OF DALLAS ss. On this this 71h day of January 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies: and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. A,1`lAL s ALICIA K. GRANT o > Commission !~lumber 767430 ? My Commission Expires - April 1, 2020 a�j�� \� � Notary Public (Expiration of notarys commission does not invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is stilt in full force and effect and has not been amended or revoked, In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this i day of ou , ._ o- �. 2003 :'� o 1933 Secretary •�'k. • ..a�•• • ... POA 0018 (3/17) ///m//H/ OF ME�RCIIANTrsl��Rk WO N D I N.G.0 0 J IMPORTANT NGU ICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) TEAS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURE® ENDORSEMENT o FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERA, LIABILITY COVERAGE PART Policy Number CPP2111179 Agency Number 0755321 Policy Effective mate 01/3112019 Policy Expiration Date Date Account Number 01 /31/2020 01 /31 /2019 Named Insured Agency Issuing Company McClendon Construction Company, Inc. I S T X - LAS COLINAS AMERISURE MUTUAL INSURANCE COMPANY 1. a. SECTION II -WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contractor written agreement must (1) Require additional insured status fora time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim underthis policy. c. If, however: (1) "Your work" began under a letter of intent or worts order; and (2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a) Own; (b) Rent; (c) Lease; or (d) Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily injury" or "property damage" occurring after: (a) All work to be performed by you or on your behalf for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment (other than service, maintenance or repairs); or (b) That portion of "your work' out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project, Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 1 of 3 (3) Completed operations coverage, but only if: (a) The written contractor written agreement requires completed operations coverage or "your work" coverage; and (b) This coverage part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However, the insurance afforded to such additional insured only applies to the extent permitted by law. b. If the written contractor written agreement: (1) Requires "arising out of" language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 2010 10 01; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 10 01; then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 2010 0413; or (2) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 07 04 or CG 20 37 0413; or (3) Both those endorsements with either of those edition dates; or (4) Either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10without an edition date specified; or (b) Additional Insured —Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a. above applies. d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so required in the written contractor written agreement. e. Additional insured status provided underparagraphs2.a.(1)(b) or2.a.(1)(c) above does not extend beyond the end of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. g. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d) Reports; (e) Surveys; (f) Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION IV —COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; C. Contingent; or d. On any other basis; but if the written contract or written agreement requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. i. If the written contract orwritten agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the coverage provided under this CG 70 85 endorsement does not apply except for paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 2010 11 85 shown below and paragraph 2.h. Other Insurance shown above. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM 6) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization. Blanket where required bywritten contract orwritten agreementthat the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 The insurance provided by this endorsement does not apply to any premises or work far which the person or organization is specifically listed as an additional insured on another endorsement attached to this policy, Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Page 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 4. Blanket Contractual Liability — Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. Broadened Who Is An Insured 3 10. Co -Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers [see provision 9, Broadened Who Is An Insured, paragraph 2.a.(1)1 4 11. Contractual Liability — Personal And Advertising I nj ury 3 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 13. Designated Completed Projects —Amended Limits of Insurance 11 14. Extended Notice Of Canceilation And Nonrenewal 8 15. Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 17. Mobile Equipment Redefined 9 18, Nonowned Watercraft 3 19. Product Recall Expense 2 20. Property Damage Liability —Alienated Premises 2 21. Property Damage Liability -- Elevators And Sidetrack A reements 2 22. Property Damage Liability— Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured 2 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 25. Transfer Of Rights Blanket Waiver Of Subrogation) 8 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CO 70 63 0417 Pagel of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION .I - COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — 0019flMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY —ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY — ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY - PROPERTY LOANED TO THE INSURED OR PERSONA. PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall' of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product", which has been recalled, by like products or substitutes; 6. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". S. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. S. NONOf1WNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY —RAILROADS Under SECTION V -- DEFINITIONS, paragraph c. of "Insured Contract" is deleted and replaced by the following- C . Any easement or license agreement; Under SECTION V — DEFINITIONS, paragraph L(1) of "Insured Contract" is deleted. 7. CONTRACTUAL LIABILITY -- PERSONAL AND ADVERTISING INJURY Under SECTION I -- COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 6. SUPPLEMENTARY PAYMENTS Under SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. C. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (1) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (a) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) 'Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) 'Bodily injury" or "property damage" included within the "products -completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. L Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to 'bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph 1. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through L above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to 'bodily injury" or "property damage" that occurred before you .acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 5 of 11 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. `Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired .your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION III —LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU —SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I —COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III -- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I — COVERAGE A BODILY INJURY ARID PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A $250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, .executive officers," directors, or managers has knowledge of the "occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an 'occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this 'occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall' that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product' and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V — DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL, DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V — DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; C. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CC 70 63 0417 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROPERTY DAMAGE Under SECTION I — COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I —COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse'; or (d) Explosion. For purposes of exclusion I. above,,"collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the CGL Coverage Form), $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V — DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. c. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS —AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project -specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and B. for "your work" performed within the "products -completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. - Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 11 of 11 POLICY NUMBER: CA2111178 COMMERCIAL AUTO CA 7165 09 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATE® INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRE® BY INSURE® CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured„ under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 01131 /2019 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance-, and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured„ for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract". 2. Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ ITCAREFULLY, TEXAS ADVANTAGE COMMERCIAL AUT M BILE BROAD FORM ENDORSEMENT This endorsement modifies Insurance provided under late SUSINESSAUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The prumium forihis endorsement is $ 5250.80 1. 6ROAD FORM INSURED 9ECTION li - UA01LITY COVERAGE, A.1,1Nflo Is An Insuraad IQ amando4 by the addil-cn (if Ilre following, d. Anyorgan"tlon you newly acquire or form, other than a partnership. joint venture or limited liability company, and over which you maintain ownership or a majority interest will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents° or "foss" that occurred before you acquired or Formed the organization; and (3) Coverage does not apply to an organization that Is an 'Insured" under anyother policy or would bean "Insured" but for its termination or the exhausting of its limit of insurance. e. Any"employee of yours using., (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing dutlea related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement In that "employee's" narne, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an Insured under this paragraph (2) while using a covered "auto" rented from you orfrom any member of the "employee's" household, f. Your members, if you are a limited liabilitycompany, while using a covered "auto" you do not own, hire or borrowand while performing duties related to the conduct of your business or your personal affairs. g. Asryperaunororguii[ alianwithw4amVatongreaInawfittonconlracl,wrlIlanallo3ernentorparmil.In provWs IPFiirance suchas Es Wordud uiOur IIlis policy, but of fly w1113 resperJ to your wvor1ad "atltua`- Thls provision does not apply: (1) Unless the written contractor agreement Is executed or the permit 19 issued prior to the "bodily Injury" or "property damage"; (2) To any person or organlaatlon included as an Insured by an endorsement or In the (Declarations; or (3) To any lessor of "autos" unless; (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" Is leased without a driver; and Includes copyrighted material of Insurance Services office, Inc. GA 7118 1109 Page 1 of 5 (e) The lease had not expired. Leased "autos° covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally Incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily Injury" or "property damage" for which an "Insured" is also an Insured under any ocher automobite policy or would be an Insured under such a policy, but for Its termination or the exhaustion of Its limits of insurance, unless such policy was written to apply specifically In excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II -LIABILITY COVERAGE, Ala. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows; (2) Up to $2,500 for the cost of ball bonds (Including bonds for related traffic law Aulatlons) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses Incurred by the "Insured" at our request, including actual loss of eam1h9a up to $500 a day because or time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II o LIABILITY COVERAGE, B. EXCLUSIONS, paragraph's. Fellow Employee Is deleted and replaced bythe following: r. Fellow Employee "Bodily Injury" to: a. Any fellow "employee" of the "Insured" arising out of and In the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusian does not apply to your "Gm ployoes"that are officers, managers, supervisors or above. Coverage Is excess over any other collectible Insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequenro of paragraph a. above. 4, HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added:, Ifanyof your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, far the purpose of doing your work. We will provide coverage equal to the broadest physical damage cove rago applicable to any covered "auto" shown I n the Declaratlana, Item Threa, schedule of Covered Autos You Own, or on any endorsements amending this schedule B. under SECTION III -PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions. paragraph b. Loss Of'Use Expenses is deleted and replaced vAth the faiiowing: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will payexpenses forwhiah an'inswad" becomes legally responsible to payfor loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreernent. We will pay for loss of use expenses if caused by, (1) Other than collision, only If the Declarations Indicate that Comprehensive Coverage Is provided for any covered "auto ; includes copyrlghledmaterial of Insurance Services Office, Inc. Page 2 of 5 CA 71181109 (2) Specified Causes of Loss, only Ifihe Declarallons indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only If the Declarations indicate that Collision Coverage Is provided for any covered "auto". However, the most we will pay for any expenses for loss of use Is $30 per day, to a maximum of $2,000. C. Under SECTION IV —BUSINESS AUTO CONDITIONS, 0. General Conditions, 5. Other Insurance, paragraph b. Is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you awn; 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that Individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that Is leased, hired, rented or borrowed with a driver Is not a covered "auto nor Is any "auto" you hire from any of your "employees", partners (if you area partnership), members (If you are a limited Ilabiiitycompany), or members of1hair households. S. LOAN OR LEASE GAP COVERAGE Under SECTION III— PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the follovving Is added; If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay. In the event of a covered total "loss", any unpaid amount due on the lease or loan fora covered "auto", less; (a) The amount paid under the Physical Damage Section of the policy; and., (b) Any: (1) Overdue lease or loan payments Including penalties, interest or other charges resulling from overdue payments at the time of the "loss!', (2) Financial penalties Imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warrantles, Credit Life Insurance, Health, Accldent or Disability Insurance purchased with the loan or lease: (4) Security deposits not refunded by a lessor; and (66) Carry-over balanoes from previous loans or leases. 6. RENTAL REIiV SURSEtY ENT Under SECTION III d PHYSICAL OAMAOE COVERAGE, A.4. Coverage Iextenslons, paragraph a. Transportation Expenses Is deleted and replaced by the following; a Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for lransportatlon expense Incurred by you because of covered "Ines'. We will pay only for those covered "autos" for which you carry G0111Slon Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses Incurred during the period beginning 24 hours after the covered'loss" and ending, regardless of the policy's expiration, when the covered "auto" is retumedto use or we payfor its "less". This coverage Is In addition lathe otherwise applicable coverage you have on a covered "sutu". No deductibles apply to this coverage. Includes copyrighted malarial of Insurance Services Office, Inc. CA 71 h181109 Page 3 of 5 (2) This coverage does not apply while there Is a spare or reserve "auto" available to you for your operation. 7. AIROAGCOVERAGE Under SECTION Ill -PHYSICAL DAMAGE B. EXCLUSIONS, paragraph 3. Is deleted and replaced by the follow] ng: 3. We will not pay for"loss" caused by or resulting from any of the following unless caused byolher "loss° that is covered by this insurarwe: (1) Wear and tear, freezing, m®chanicel areleddcal breakdown, However, this exclusion does not Include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. B. GLASS REPAIR --WAIVER OF DEDUCTIBLE Section ill —PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: No deductible applies to glass damage if the glass Is repaired rather than replaced. 9. COLLISION COVERAGE —WAIVER OF DEDUCTIBLE Under Sectlen III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply iftha Iass was caused by a collision with another "auto" Insured by us. 10. KNOWLEDGE Or ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to itthatwe are notified as soon as practJcable of an "accident", claim, "sulk" or lose. Knowledge of an "accident", claim, "sulk"or"loss" byyour"employees" shall not, in Itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or rrmmbers (If you area limited I lability company) has knowledge of the "accident", claim, 4suir or "loss". Notice shovId include: (1) How, when and where the 'accident" or "loss' occurred; (2) The "Insured's" name and address; and (3) To the extent possible, the names and addresses of any injured parsons and witnesses. 11. TRANSFER OF RI GHTS (BLANK ET WAIVER0FSURROGATION) Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph E. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced by the following: 5 Transfer Of Rights Of RecoveryAgalnst Others To Us If any person or organization to orfor whom we make payment underthis Coverage Form has rights to recover damages from another, those rights are transferred to us. That parson or organization must do everylhIng necessary to secure our rights and must do nothing after "acrldent" or "loss" to impair them. However, If the "Insured" haswaived righis to recoverihrough a written contract, or Ifyour work was commenced under a letter of intent or workardor, suhjectto a subsecluent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have underthis Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71181109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, N. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form If you unintentlonally fall to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission In your representations as soon as practicable alter Its discovery. This provision does not ati'ect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13, 03LANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the definition of "Insured contract" Is amended as follows: — The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad, Includes copyrighted material of insurance Services Office, Inc. CA 71181109 Page 5 of 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0 id0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 01/31/2019 Policy No. WC2000080 Endorsement No. WC 42 03 04 B Named Insured:' McClendon Construction Company, Inc. Premium Insurance Company WC420304B (Ed. 06-14) Countersigned by Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE ICE OF CANCELLATION, NONRE EWAL OR MATERIAL CHANGE - THIRD PART' This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 50 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Ourfailure to provide such notification will not: 1, Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection underthis Coverage Form. SCHEDULE Flame Of Person Or Organization Failing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b, Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 0714 NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178; WC2000080 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAL) IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED 13Y US Number of Rays Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is Increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization is any person or organization holding a certificate of Insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of, a. Cancellation; b. Nonrenewal; or e. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the. a. Cancellation; b. Nonrenewal; or c. Material change reducing or rostricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. iL 70 45 05 07 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 20I6 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology...................................................................................•................ .....................6 Article2 — Preliminary Matters............................................................................. ............................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction ...... ................................................................................... —............ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents. Intent, Amending, Reuse............................................................................ 8 3.01 Intent........................................................................................................................................... • .. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsuurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ............. .......................................................................... —12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points................................................................................................I........................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance'of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 201 b 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................•--................................27 6.10 Laws and Regulations--.. ......................................................................................................... 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents...................................................................................................................... 29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals..............................................................................................:.....................................31 6.19 Continuing the Worlc...................................................................................................................32 6,20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification .......... ......... .... ..................................................... ........................... .................. 33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 -- Other Work at the Site........................................................................ 7.01 Related Work at Site......................................................................... 7.02 Coordination...................................................................................... Article 8 --- City's Responsibilities........................................................................ 8.01 Communications to Contractor........................................................ 8.02 Furnish Data..................................................................................... 8.03 Pay When Due................................................................................ 8.04 Lands and Easements; Reports and Tests ......................................... 8.05 Change Orders................................................................................... 8.06 Inspections, Tests, and Approvals .................................................... 8.07 Limitations on City's Responsibilities ............................................. 8.08 Undisclosed Hazardous Environmental Condition .......................... 8.09 Compliance with Safety Program ..................................................... ........................................ 35 ........................................ 35 ........................................ 36 ........................................... 36 .......................................... 36 .......................................... 36 .......................................... 36 .......................................... 36 .......................................... 36 .......................................... 36 .......................................... 37 .......................................... 37 T7 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site...............................................................•................................................................37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed ............................. 38 9,06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&uaiy2, 2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety...... ............................................................................................................ 39 10.06 Contract Claims Process.............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11,04 Plans Quantity Measurement....................................................................................... ...........45 Article 12 - Change of Contract Price; Change of Contract Time ............................ 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays ..................... ..:................ ........ ............................................................... :........................ 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects................................................................................................ . ............. 48 13.02 Access to Work............................................................................................................................ 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period.................................................................................... ............50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.......................................................................... 14.01 Schedule of Values............................................................................................................ 14.02 Progress Payments ............................................................................................................ 14.03 Contractor's Warranty of Title .......................................... 14.04 Partial Utilization............................................................... 14.05 Final Inspection.................................................................. 14.06 Final Acceptance................................................................ 14.07 Final Payment..................................................................... 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims................................................................. Article 15 - Suspension of Work and Termination ........... 15.01 City May Suspend Worl.................................. 15.02 City May Terminate for Cause ...................... 15.03 City May Terminate For Convenience .......... Article 16 - Dispute Resolution ................................ 16.01 Methods and Procedures ....................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 ............................... 57 ............................... 57 ................. •......... 58 ............................... 60 ................... 61 ......................... 61 Article 17 — Miscellaneous........................................................................................... .... 62 ............................... 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times ... ............................................................................................................. 62 17.03 Cumulative Remedies ...... :...................................................... ....................... ............................. 62 17.04 Survival of Obligations............................................................................................................... 63 17,05 Headings......................................................................................................................................63 CITY OF FORT 'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&=y 2, 201 G 007200-1 G1=NERAL CONDITIONS Page I of 63 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda ---Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application . for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 9. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11, Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day -- A day consisting of 24 hours measured from midnight to the next midnight. CM OF FORT WORTH. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebiuW2, 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule mzu7icipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom. the Work is to be performed. 15. City Attorney --- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18, Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time --The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 00 72 00 - I GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day— A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development -- The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed anal delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering flan registered in the State of Texas performing professional services for the City. 35. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36, Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUC PION SPECIFICATION! DOCIIMEN FS Revision: Febi=y 2, 20I6 00 72 00 -- I GENERAL CONDITIONS Page a of 63 38. Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements ---Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —.Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the ,Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed --A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil, refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 0072co-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards_ by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site --Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, pernnits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: P'ebmag?, 2016 007200- L GENERAL COND1TJONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent -- The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and f m ishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day --- A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.8 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 007200-1 GENERAL. CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well --mown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CJTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febivaty2, 2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2,03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on -ixihich the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents_ 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. .ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 20I6 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractors Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdinimy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contact Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in,. Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3,05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februacy2, 20I6 007200-i GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY,OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7ARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINT'S 4.01 Availability of Lands A. City shall famish the Site. City shall notify Contractor of any encumbrances, or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTIi STANDARD CONSTRUCTION SPFCiFICATION DOCUMENTS Revision: Febtuaty2, 2016 007200-I GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors With respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety. precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Docum ents; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fddiimy2, 2016 007200-1 GENPRAL CONDJT10NS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a .final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or ' 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the ,Site is based on information and data fiirnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or, completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY or rORT WOR I'H STANDARD CONSTRUCTION SPECIFICATION DOCi_]MCNTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document t'ie consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of constriction including exploratory excavation if necessary. 4.05 Reference Points A_ City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or, requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such 'technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: I. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febii=y2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whore Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (11) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all count or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnny 2, 2016 00 72 00 - l GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5,02 Performance, Payment and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithfixl performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall f m i.sh maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5,02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. , 5.03 Certificates of Inffurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febfwy2, 2016 007200-1 GENRRAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-. VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City, In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary2, 2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehivary2, 2016 00 72 00 - i GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of 'insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Doem-rents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fciruaiy2, 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 bours prior to moving areas during the sequence of construction. 6.02 Labor; Worldng Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: L for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdximy2, 20I o 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected; erected, protected, ' used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment . for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all. of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma y2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive sercrice; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item_ b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material *or equipment that Contractor seeks to furnish.or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMRNTS Revision: Febiumy2, 2016 007200.1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may fin -fish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. P. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or=equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOMMENTS Revision: Febnruy2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. R Time Extensions: No additional tirne valll be granted for $rlbst`Et Ai--s. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiva€y2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or fin -rushing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the frill amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febsuay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty awed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payinents. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Pagc 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids; on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. 13. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the pemlit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work /mowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all C1`f Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 00 72 00 - i GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Conti actor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. -Texas Tax perrnits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. bo://www.window.state.tx.us/taxinfo/taxforms/93-forms.htmi 6.12 Use of Site and Other 14reas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor -has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. MY Or FORT WORTH STANDARD CONSTRUCTION SPECIMCNHON DOCUMENTS Revision: Febumy2, 2016 007200-1 GENERAL CONb€T)ONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor ,shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of°any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved. Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 20I6 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: i . al"] persons on the Site or who --may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City'.s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrwy2, 20I6 00 72 00 _ 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents -mless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6mary2, 2Q16 007200-] GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible, with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or, disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febwa 2, 20I6 007200-1 GENERAL CONDITIONS Pap 33 of63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4, use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Worl,-- and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification. A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS_ INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rovisian: Febnmiy2, 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 5PPECIFICA LYINTENDED T9 OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF TBE RAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART BY ANY ACT, ®1VIISSION OR liGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to. examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiwy2,2016 00 72 00 - i GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph, The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and 'implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANI]Al2D CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma<y 2, 2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the f:,llowing will be set Earth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3, the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 --- CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements, Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2D 16 007200-I GFNRRAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions andprograms incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CIT'Y'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will. conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. Crry of FoxT WORTR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: )~ebaimy2, 2016 00 72 00 - I GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective ,Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation_ City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE, WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtuary2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents ('including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIMNTS Revision: Pebnny2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's 14ction. City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part, 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisiow Febnu&y2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE II — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11,01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terns of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: Febtumy2, 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. if any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them. or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febeuaiy2, 2016 007200-I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work .for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.11, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 4lowances A. Specified 41lowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: Ci rY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GFNERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, Installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account. of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a fan.ctionally 'complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item. of Work- E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuaty2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 --- CHANGE OF CONTR C T PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph .11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.AA and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febi=y 2, 2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.8; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Clain is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwry2, 2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions -for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall he paid as described in the Supplementary Conditions. C_ Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn=y2, 20I6 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, 'inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiumy2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removcil of D ejecIive Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shalt not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13,07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any. applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work -,-to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision: Febtmy2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to ran from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph. 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and -City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06_A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In corwection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-[ GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09'will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. _ Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3_ If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the . Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Pebiumy2, 2016 00 72.00 - I GIENERAL CONDITIONS Page 53 of63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in are Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b, the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or- the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b, discrepancies in quantities contained in previous applications for payment; c, the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Rei air 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: L City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 1 5.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febtumy2, 2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the fallowing conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final -Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT. WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebmaiy2, 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1, After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3: The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Worlc is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Worlc fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn=y 2, 2016 007200-I GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing 'final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release, For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. AWIrICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason., the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of Iimiitation, may justify termination for -cause: 1. Contractor's persistent failure to perform. the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020- 12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or woxknn.anship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. I . If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If ,Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febw y2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or actionat law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty2, 2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim., demand or suit shall be required of the City regarding such discretionary action. B. Auer receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be famished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the terminations date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECICICATION DOCUMENTS Revision: Febnmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination; the Contractor shall submit his termination claim to the City in the form and With the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and fiu-nishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the; termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claire submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced Within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, Within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy2, 2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to involve any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. dclivered in person to the individual or to a member of the firm or to an officer of the comoration for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt -by the receiving parry. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fd3nwy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. M Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&uary2, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLED M"ITARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 These Supplementary Conditions modify and supplement Section 00 72 00 General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in fall force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern. over Specifications and Specifications shall govern over standard details. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 18, 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH ,STANDARD CONSTRUCTION SPECrUICATION DOCUMENTS Revised April 1, 2013 Parker Henderson Road City Project No. 01419 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2, "Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 6 as of May 18, 2019: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT ONCOR Power poles, guy wires, overhead power lines Fall 2019 Charter/Spectrum Overhead and underground communications Fall 2019 AT&T Overhead and underground communications Fall 2019 The Contractor understands and agrees that the dates listed above arc estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Report, Proposed Parker Henderson Road Reconstruction, Report No. 14- 15784, dated November 2014— prepared by M Engineering, LLC, a sub -consultant of Bridgefarmer & Associates, Inc., a consultant of the City, providing additional information on the geotechnical investigation for site grading, retaining wall foundations and pavement design along Parker Henderson Road. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Bridgefarmer & Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 1, 2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 $100,000 each accident/occurrence 2 $100,000 Disease - each employee 3 $500,000 Disease -policy limit 4 5 SC-5.04B., "Contractor's Insurance" 6 7 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 8 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 9 minimum limits of: 10 11 $1,000,000 each occurrence 12 $2,000,000 aggregate limit - 13 14 The policy must have an endorsement (Amendment Aggregate Limits of Insurance) malting the 15 General Aggregate Limits apply separately to each job site. 16 17 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 18 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 19 20 SC 5.04C., "Contractor's Insurance" 21 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 22 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 23 24 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 25 defined as autos owned, hired and non -owned. 26 27 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 28 least: 29 30 $250, 000 Bodily Injury per person / 31 $500, 000 Bodily Injury per accident / 32 $100,000 Property Damage 33 34 SC-5.04D., "Contractor's Insurance" 35 36 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 37 material deliveries to cross railroad properties and tracks None 38 39 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 40 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 41 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 42 Entry Agreement" with the particular railroad company or companies involved, and to this end the 43 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 44 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 45 to the Contractor's use of private and/or construction access roads crossing said railroad company's 46 properties. 47 48 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 49 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 50 RaiIroad Company for a term that continues for so long as the Contractor's operations and work cross, 51 occupy, or touch railroad property: 52 53 (1) General Aggregate: NIA 54 55 (2) Each Occurrence: NIA CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised April 1, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 X Not required far this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above, 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's Tight -of - way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All sucb insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07, 2013 Prevailing Wage Rates SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit 2. City of Fort Worth Street Use permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS Revised April 1, 2013 Parker Henderson Road City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 32 33 34 35 36 37 38 39 40 41 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1. iSWM checklist 2. USACE Section 404 Nationwide permit 3. CFWFloodplain developmentpermit 4. CFWParks Conversion permit 5. CFW Tree Removal permit 6. FEMA LOMR SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 18, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION 'TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authori 'done SC-8.01, "Communications to Contractor" SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: ont- SC-13.03C., "Tests and Inspections" "on- SC-16.01C.1, "Methods and Procedures" Von_ 42 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Parker Henderson Road City Project No. 01419 INTENTIONALLY LEFT BLANK SECTION 011100 SUMMARY OF WORK PART 1- GENERAL, 11 SUMMARY A. Section Includes: 0I II00-I SUMMARY OF WORD Page I of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3_ Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised December 20, 20I2 City Project MOW,) 01 11 00 - 2 SUMMARY OF WORD Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission 1Tom the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as apart of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised December 20, 2012 City ProjectNo 0140 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -. PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CJTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker HeRoad Revised December 20, 2012 CiryProjeeL No n 014I9 INTENTIONALLY LEFT BLANK 012500-1 SUBSTITUTION PROCEDURES Page I of4 1 SECTION 0125 00 2 SUBSTITUT_lON PROCEDURES 3 PART 1 - GENERAL n1soff WON ATI U' _ I 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Port Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarfly limited to: 17 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No. separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from. Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B, Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For Construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July I, 2011 01 25 00 -- 3 SUBSTITUTION PROCEDURES Page 3 of 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if. 3 a. Submittal is not tbrough the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUDMITTALSIINFORMATIONAL SUBMITTALS [NOT USED) 10 1.7 CLOSEOUT SUBMITTALS [NOT USED) 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A_ In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.I1 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27. PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE, NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery tune? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm _ Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By �. Date Remarks Date Rejected CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION (DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 1 2 3 PARTI- GENERAL 4 1.1 SUAlMARY SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 5 A. Section Includes- 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADIVIINISTRA.TI'VE REQUIREMENTS I9 A. Coordination 20 1. Attend preconstruction meeting. 21 2. , Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 . 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 'CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 O1 31 19 - 2 PRECONSTRUCTION MEETING. Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruetion Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System. y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hb. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Parker Henderson Road City Project No. 01419 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 111 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PANT 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised August 17, 2012 INTENTIONALLY LEFT BLANK 0J3120-I PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 -- General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending :meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20-2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fii11y completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules c. Review of construction interfacing and sequencing requirements with other construction contracts i Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period L Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 01 31 20 -- 3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative, 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EA'ECUTION [NOT USED] 21 22 23 END OF SECTION f Revision Log DATE I NAME [ SUMMARY OF CHANGE CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I419 Revised July I, 2011 INTENTIONALLY LEFT BLANK 1 2 3 PART1 - GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRFCONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page I of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C, Related Specification Sections include, but are not necessarily limited to: 11 I. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A, Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 4 01 32 33 - 2 PRECONSTRUCT ION VIDEO PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHAR: GE Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 1 2 3 PART1- GENERAL SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Page I of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the fallowing 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 .1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2_ Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED) 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised Der -ember 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the -next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section: -number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 % inches x 1 I inches to 8 1/2 inches x I linches. 2. Bind shop drawings and product data sheets together. . 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Parker Henderson Road City Project No. 01419 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 It. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 Ot 33 00 - 4 SUBMITTALS Page 4 of S 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be.liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 20 L2 01 33 00 - 5 SUBMITTALS Page 5 of 8 I a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 e. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly .and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Parker Henderso» Road City Project No. 01419 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications I 1 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND DANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Parkcr Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Page I of 8 I SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f_ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1'. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1— General Requirements 25 3. Section 33 12 25 -- Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b_ Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates CTTY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) Clean Construction 27 Specification 28 1.4 ADMINISTRATWE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH Parker Fleadersou Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 0135 13 -3 SPECLA-L PROJECT PROCEDURES Page 3 of 8 I a. Insulating cage -type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements asset forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to.- 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company I 1 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as "AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10.00 a.m. 31 2, Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However, the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 0135 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2-. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d)_ Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. -- 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 £ Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information .needed to comply with the railroad's 41 requirements. 42 3. Railroad FIagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH . Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 013513-6 SPECIAL PRoiEc'r PRocRDu RES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. .2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification [if required for the project — verify with City] 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.} 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9- QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 PW END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. I AX — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Parker Henderson Road City Project No. 01419 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location:. Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO> •N Mr. <CITY INSPECTOR> AT < TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'Revised December 20, 2012 Parker Henderson Road City Project No. 01419 1 2 3 4 013513-8 SPECIAJ, PROJECT PROCEDURES Page 8 of S EXHIBIT B FORTWORTH DOR 120. Xxxx Prolm name., NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTH3TY IhI1'Rl.) VV:MT1VTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WU.1, BE INTL•"RR PTED ON BETWEEN THE HOURS OF AND II' YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR_ (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2. 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 As testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A_ Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) I copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 bard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of de]ivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 LS SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 015000--I TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard ,Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 --- Bidding Requirements, Contract Farms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3. REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1} Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Parker Hende wn Road STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No, 01419 Revised Aily t, 2011 0I5000-2 TEMPORARY FACILTTIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access foridentification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E_ Dust Control CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 OI5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3,3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for. duration of construction activities as needed. 24 3.5 [REPAIR] I [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 311 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION ]DOCUMENTS City Project No. 014I9 Revised July 1, 2011 01 50 00 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 0 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July I, 2011 01 55 26 - I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 -- General Requirements 15 3. Section 34 71 13 - Traffic Control 16 1.2 PRICE AND PANT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 7I 13 and subunit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0t419 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control- 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control i 1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAmt, Su3bilvlAR Y OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK 0157 13 --1 STORM WATER POLLUTION PREVENTION Page 1 of 3 I SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth. Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the 1 I Contract 12 2. Division I — General Requirements 13 3, Section 31 25 00 -- Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2, Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00, 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3, Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ N01 form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Parker Renderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] S 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY f NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK 015813-1 TEMPORARY PROTECT SIGNAGE Page 1 of3 I SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 .ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2I 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [on] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. ,Sign 3 a. Constructed of/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USEDI 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USEDI 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Parker Henderson Road City Project No. 01419 01 58 13 - 3 TEMPORARY PROTECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01414 Revised duly 1, 2011 INTENTIONALLY LEFT BLANK 1 2 3 FART1 - GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification S 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND ]PAYMENT PROCEDURES [NOT USED] -13 1.3 REFERENCES [NOT USE, 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. AIthough a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 1 1.1.0 DELIVERY, STORAGE, AND IIAl`IDLIlNG [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY fNOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION yj 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo. 01419 Revised December 20, 2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily Iimited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 -- General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01419 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND IIANDFJNG REQUIREMPNTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9' manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at ] 6 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 -a. Provide addresses of and access to oft -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative, CITY OP FORT WORTH Parker Henderson Road STAAIDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 016600--3 PRODUCT STORAGE AND HANDLING REQU112LEivIENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD IoR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 J. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer`s written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of A Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cry Project No, 01419 Revised Iuiy 1, 2011 017000-1 MOBILIZATION AND REMOBJLIZATION Page 1 of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PA,RT 1 - GENERAL !�l�i�Y ►Ili /\-�T/ 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies I4 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 . from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2, Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization. 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WOkTII Parker flcnderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 0I419 Revised December 20, 2012 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order I I b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuanceofthe Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01419 Revised December 20, 2012 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item: 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials famished in accordance with this Item. 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract I5 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials famished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or Iost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised-Decen6er 20, 2012 01 70 00 - 4 MOBILIZATION AND REMOBILIZA'1TON Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 20I2 0I7123-1 CONSTRUCTION STAKING AND SURVEY Page I of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division l — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item.. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials fumished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Parker Renderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction.Stakin — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.1 b.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised February 14, 2018 City Project No. 01419 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to u 1 71 23,16.01 —Attachment A --- Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 017123.16.0.1 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] . 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. - It is the Contractor's responsibility to coordinate staking such that consti-action activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and- maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are.accurate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised February 14, 2018 City Project No. 01419 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, . etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised February 14, 2018 City Project No. 01419 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) lY1a��eZ_1 a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cieanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, ,STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. EstabIish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised rebruary 14, 2018 City Project No. 01419 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (esv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. SYu-vey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1. INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part M.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same daturrl_ 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTII Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February I4, 2018 City Project No. 01419 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION INOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before finther associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [on] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE INOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTIi Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 City Project No. 01419 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/3I/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 19 Quality Assurance; added PART 2 -- PRODUCT'S ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Parker Henderson Road Revised February 14, 2018 City Project No. 01419 Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right -of way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.goy/txdotmanuals/ess/ess.i)df7 If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817--392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI1. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey d:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 Ile Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OR OIL Yi:1-L0W TELEPHONE/FIBER OPTIC 0R,1NC3C11 SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.dou Page 3 of 22 IV. Surrey Equipment, Control, and Datum Staridards A. City Benchmarks All city benchmarks can be found here: http://fprtworthtexas.gpv/-itsol_ution-//GI5/ Look for `Zoning Maps'. U nder 'Layers', expand `Basemap Layers', and check on `Benchmarks'. B. Conventional or (Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: CS.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.10.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD-1983_StatePlane_Texas_North_Central_FIPS 4202_Feet Projection: Lambert_ Conformal —Conic Fa lse_Ea sti ng: 19 68500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File !Naming Convention below F. Preferred Deliverable Format txt csv dwg job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2; C1234_As-huilt of Water on Main Street —Project Specific Datum.csv Example Control Stakes Q:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A Survey Staking Standards.docx Page 6 of 22 1016 I V 01� w F, r m d C=fl m J Q W m z D O 0 GP #�=aaa.a o� w 00 X z 00 CI) = i] w w Ui < Z J L- W 0 O� O 4 X m U � O I�*�ii�I��I�IIEQJ� V. Dater Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div.01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes Vll. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval Il. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box IL Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 � \� 2 � ? \ / 0 � ' O/ \ L n" LL w \ § /§j\ \ & 2 G��S a� 0 < /O t sA!w Ie, $c3±\ CY | 2 g 6 . S §� U . \ _ E- 101.16, - m9� \ \ LL, < w\ f2 � \ m OL r f_ 5 \ E /§ LL /:3 P� \ « O Q P z �/ � LL. - Lj— e Y ;eCn § m m .� a � IM< K , § $- § VI Sanitary SewerStaking O: pas MsGovemence Process\Temporary Spec Rm\CapillDeli ryC pDeli 2 Div 011171 .16 J A % mmen A Su&ey Staking Standard&doG Page 9J22 A. Centerline Staking —Straight Line Tangents 1. Inverts shall be field verified and compared against the plans before staking 11. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted V1. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 66D nail or hub set with a whisker B. Centerline Staking -- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval 11. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process`Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes Ld VP STF=dr'rl� 4w1 G-4-1ft _gym r'—ABLL- IC W 65 A= u �� c— al F 72'1 f5 t Txb 171 cn f!_ f� wz p. I� � t n W L _ - 7' rv4 Cl� LL w r, u c z �+ U 2 LL L �t f7 I L l+. � rl n Q 9WW FE wee 4 + z flfli q h;s 0 f W I C�zi F FCj h s 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 11 of 22 V11. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking -- Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor 11. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\CapitaI Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRN T (SIDE FACING (SIDE FACING �) Q NQ FLAGGING REQUIRED o IN LIEU OF PINK PAINTED LATH n � m' n �I BACK BACK (313E FAUNC A.MW.) {5OE FAUNG RaW_-} IDENTIFIES wlii>rH rRETlTIFlES Yt'IICN PONT# � END OF THE OANC POINT 0 END Cr ias YANG BEING STAKED eEING STAKED m � { 7i MEF1EVAf7CF! m 11 INLET STATION HUB ELEVARION o (IF NOTED ON PLANS) I IDENTIFIES GRADE TfC TO TOP OF CUft9 T/C 0 a r4 IS IDENTIFIES GRADE c7 TO FLDMJNE I)15TANaES F� INLET'S STANDARD 10' — 10' RECESSED ItY — 20 STANDARD DOU6LE 1a' — M67' HUB WITH TACK — — — — — — — AEGES5Eii bG1SLE 10 I I I 9AW W INLET F BACK OF CURB— — —I!5U QF PAVEMENT— MZ OF INLET EDGE OF f A4WENT FACE CF INLET OF PAVEMENT O:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 13 of 22 —Iiki CF pA4EMENT Vill. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations Vi. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) pqi FRONT DE AMM PQIWriOF END - � �SE}E FACING � FW INT OF FRONT r �,T a (SIDE FACING q) N6N-nnes swi pc (ODE FACING ] FQNT W QMYATVRE _ m a C O BfY l IDENTFIFS OFFSET 13 M � v r ci (SIO> FAINM R.o.YI) / BACK Kr eupe EA F}K �# Q FOR FACE 4F CUR0 _ y f 111 I P0NT Cs} III I rA I l r I EMMFRS GRADE IS o 11 T 7D, TUF 9F CUFU ND ORI'DE ON HUB ELEVATION + RADIUS POINI5 —— I 140 FLAGGING RLOUIRED IN. UE1J DF PINK-PAlt-ITED LAJH — TOP OF CURB BACK OF CURB i=ACE OF CURB 1 �Q FLOWINE E©GE OF PAVr:.MErdT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 15 of 22 i d G dOb - r i C., cls m MA-z-r so F+cox cl� w Lj- a 0 ti yF � ,O� �y a C � W 7 i �Z V cWi � c r J y �( a�i vtiKQ -avism Yvvi rti ca 98f15 36 345tl9 uEnj u rE R a t � 8t1f10 34 Npb'9 I I 4 �diJY16M] 'kVYI ,dC q Zvi{ y 5 'Y nli`, u e 0 n u '� W r 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A Survey Staking Standards.docx Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (CPS, total station) C. Project fume D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS. coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item 1 above) Date: Staking Method: ❑ GPS LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS Standard City Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT # STATION -LTh-RT DESCRIPTION GRADE ELEV. - CUT f FILL O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A —Survey Staking Standards.docx Page 17 of 22 X. As -built 5urve�+ A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\7emporary Spec Files\Capital Del iveryNCap Delivery Div 01\01 71 23.16.01 Attachment A Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 19 of 22 i liri. YIi3i. izi=iri I i r:13" ova .sa -� •: er ru4 11.IJJ '���r■■t■■■E■ �. ,i� ice' ��1�1 -J�" . fl r {II�IIYIII� L� � • 1JpIII1' I l i 7J;l Ij ]Leui L��ma All In171 ri �€jadgw Ei �.. I ARP Ir 7R� a ■ ' i1LrT 1�I /I��x{ a■L■I vl !�''I!] 110 OR !► ['�`71 1 u I LLi■ 9i �� i 1�'9iFLL ra, s R [f�II ■1 'p mil` gg Fig I ■111 IIR' '! 'yr! 1iµ7 iSili��� � � xJ I'JL�i: 1{111}1{S{S{ -■"{F [ 1 LI' it � l �j'j��q� L,� 31 1r5r}j �/1 ViJ 11[ Y� SQ 1.1 1■4A 1 qw, r e [[[L ar7 h�ls4e[ess I I 3 IiL�J�L `� rtSL- Al Y l.11 Lail _ .sx .1 ':4:'iv xiLu tsLu �y°2 ,'+ -.�L�RL■L1 �I;iT 1[14 LL11 MaT mill 1Will �;1"j�E Y■ 1 * Y11■!f[■1-�+�%� iair llril �ii9LY �YL'M.13 Y[= LII�yLl{is1L=7N�1 j■. �R6J,j`ry�4}1 xrefS■1LL� s iil� i1�YhLhL orilL k.pG�lli�i lLllSLl11W . ��Iira L. .�LY■ 1 ■L sS1Jli O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 MA O AT ' tFWL M Et. 7w RW STUAR? L 1FWYA AIV Si 6 `IZWL(F=I) w Rl" JWS7 i ax PIMP-Y iYeP£R WVO F. IN FlX 1PTEE iIISrAtL F12'.SatID SIEEi+E STAoQQ1Y-!E'lli.� fATzS'$ 1Wldi. r »fwr ICE \ t noEiila�s -��� Ei E£ TI175! l F^PLSG71/SrPo Fax R'TEE i-FI:rE hN ` !S .A p IILF 6 HYr71RAfll LfiS11 AME !ra• L'.icr,n Fi £ARC A RIMMURW F1'dgM COr' 2sim ���yy��L i�WC7 Lyt /1 WE WTI. Vw 10WAT474 na ".C`L1V1• [F� _ • TWA TBfi *E r iP' .xcr IZ W'.ATEn ;au it R PHOPOSED EX=.sVMC SEE SHEE €xtsr .cux vxvl Srf. os33m - lS w IbT A F1X-41'Y.F,RT,0&0 4�Csj&irl�&i^l.Fo76'.mf tp;. N�,'f4l!'RA71 fartmVz iec / 51'ii0 l.+f1-l2i+lL iFIIL'f1.AR! STAWmW-Ir-STA.O>sm 4-'rdlY AYSTf,?ls �w LF'OF IoWAFZW RIFE N*9fvvww CWIAE'C'r M fXdST.lrWffER E-Vftmk371T. E309,EPi6 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 21 of 22 9ZBIZ-X ^xN'seMl.•r�sbV 1 Rd� 0£fif0 "W! la3rayd..,tr� °ZNSM 111� .l�N.lA1Q�7 ,11ldR�:Yf 7d3N N?Mi5 /iNllhVS PM! N31V,,1 ALM DIN LIP V 3NR SS'd02ld OS•0'VIS 3A?n 14.9LVW i r r, i I- N r CRI.......— - I. :......... ....... ' IR aI m: r� e .. �iiRRR ew_P �� JIM 44� m RM 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINTNO. NORTHING t_ASTING ELEV. DESCRIPTION 1 6946257.199 2296079.165 726.09 SSMH RIM 2 6946260,993 2296062.141 725.668 GV RIM �, Ca-l>m 3 6946307.399 2Z96038.305 726.85 GV RIM � yt" 5 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195.23 2796035.1.16 727.173 GV RIM f 6 6946190.528 2296022,721 722,325 fH kb1183 7 6946136.012 2295992.115 719.448,WM RIM 8 5946002.267 2295919.133 713.331 WM RIM 7X - N CjF4-A* L 9 6946003.056 2295933.418 713.652 CO RIM 24-*JE 4 2-0-Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710,046 WM RIM 12 6945895.077 22%860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205WMRIM �pp� `'Il��� 14 6945934,286 2295941.925 .709067 WM RIM 15 6945936.77.7 2295830.441 710,084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 1 l0 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711,218 SSMH RIM 19 845768.563 2295778.424 710.086 GVRIM 20 6945743.318 2295788.392 710,631 GV RIM 31 69}572,3.: k9 2295754,394 712.849 GV RIM 22 fi945U2..,' 1 2295744.22 716_&R6 WM RIM 29 65456214502 2295669.471 723.76 WM TRIM 24 694%g3.407 2295736.03 719-7j1 W#IIIM 25 6545971_059 2295555.3.95 727,SiO S5W RIM f� 26 694553,13.493 2Z95667.803 729-123 WN? RIM 7F Y7 SNS5 06.834 2295619.49 737-M WIV RIM OF 38 EM5417.819 2295580.27 7EU.921 14M1IY RIM L � S-' ?% I h 29 ¢945456.557 2293643.145 Y31!L451 W RIM 34 5945387.356 2295597.101 744.2515 Gv RIM T?4-- p L A045 31 F,?JIS%170.588 2295606.793 710376 GV RIM 31 091115383S3 Z295510.559 2110 408 FH 33 2795551.105 746.34 %VM RIM 34 15945319.365 22955 J,28 74&'J77 CO RIM 35 6"51A;U99 2l95S70.715 YQ8.AS6 IHM RIM 36 045,231ISY4 2295544.626 749S9 55MH RIM 37 59457'A CL, 22$5579,305 751,00 WM RIM 38 6+945142-015 3295557.666 750453 %W RIM 39 6945713445 2Z9552U.335 751.871 WM RIM 4D 6945WA32 22955Z7,345 752,357 S.W11 RIM ap 41 5945041,024 2295SS2.675 751-79 WiM fJM 5945.aag JI 2795,,552.147 75L71R %VNI RIM43 (PA"42 694-9090i397 2295518.135 752-fi75%%%BRIM 44 6944944382 Z2%SSZO.635 752,901 W)A RIM .45 93459tS3.im g.29%56.479 7S2_1Sfi WM RIM 0 6"43355DA18 2295534.397 75238aS:,FhiHPAM AJY S,*,6-ra- 17-J- ) 'I- jle 0:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking 5tandards.docx Page 25 of 25 � E C: I� d y I� If R p 0 e 1 - - -- — -- R u,� a I 7 A 7 _ _ I 0� 01 y G:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 26 of 26 017423-1 CLEANING Page 1 of 1 SECTION 0174 23 7 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 -- General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to fmal 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 110 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Packer Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 21 OWNER -FURNISHED [oRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. Formanufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oiz] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 310 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities.. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised Tiny 1, 2011 017423-3 CLEANING Page 3 of 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 T.O. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 014 N Revised July 1, 2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] b 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 Z 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 017719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 .. PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 L After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 c. buses 35 £ Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPi CIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) , 1 i f Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR. / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 ,SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision. Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK 1 2 3 PAR.T 1 - GENERAL 4 1.1 SUMMARY 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE. AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 % inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT'WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 -26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printcda title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product byproduct name and other identifying symbols asset forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Parker Henderson Road City Project No. 01419 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 I 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f, Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturces printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h, Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] C 7 8 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. 7obnson I.5.A.I —title of section removed CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 INTENTIONALLY LEFT BLANK 017939-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to. 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 h Work associated with this Item is considered subsidiary to the various Items bid.. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 23 LS SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 - A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July I, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, mare entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS ` 18 2.1 OV4WNER-FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents- I5 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF PORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD Ion] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED 18 3.9 ADJUSTING [NOT USED] 19 3.14 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.1.4 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 I 2 3 PART 1 - GENERAL 4 11 SUMMARY SECTION 02 4113 SELECTIVE SITE DEMOL_TT10N 024113-1 SELECTIVE SITE DEMOLITION Page I of 6 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 S. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall) 12 7. Removing and relocating mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 11. Removing and relocating bollards 17 B. Deviations this from City of Fort Worth Standard Specification 18 1. LIA.7 19 2. 1.2.A.Lh 20 3. 1.2.A.1h 21 4. 14.11 22 S. 1.1.A.11 23 6. 1.2.A. Lk 24 7. 1.2.A.21 25 8. 3.4.L 26 C. Related Specification Sections include, but are not necessarily limited to: 27 .1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division I — General Requirements 30 3. Section 3123 23 —Borrow 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Measurement 34 a. Remove Sidewalk: Measure by square foot. 35 b. Remove Steps: measure by the square foot as seen in the plan view only. 36 c. Remove ADA Ramp: measure by each. 37 d. Remove Driveway: measure by the square foot by type. 38 e. Remove Fence: measure by the linear foot. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 014I9 Revised December 20, 2012 02 41 13 - 2. SELECTIVE SITE DEMOLITION Page 2 of 6 1 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 2 including metal beam guard fence transitions and single guard rail terminal 3 sections from the center of end posts. 4 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 5 h. Remove and Relocate Mailbox: measure by each. 6 i. Remove Rip Rap: measure by the square foot. 7 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 8 k. Remove and Relocate Bollard: measure by each. 9 2. Payment 10 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 11 disposal, tools, equipment, labor and incidentals needed to execute work. 12 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 13 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 14 Item shall be considered subsidiary to the trench and no other compensation 15 will be allowed. 16 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 17 tools, equipment, labor and incidentals needed to execute work. For utility 18 projects, this Item shall be considered subsidiary to the trench and no other 19 compensation will be allowed. 20 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 21 hauling, disposal, tools, equipment, labor and incidentals needed to execute 22 work. Work includes ramp landing removal. For utility projects, this Item shall 23 be considered subsidiary to the trench and no other compensation will be 24 allowed. 25 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 26 disposal, tools, equipment, labor and incidentals needed to remove improved 27 driveway by type. For utility projects, this Item shall be considered subsidiary 28 to the trench and no other compensation will be allowed. 29 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 30 equipment, labor and incidentals needed to remove fence. For utility projects, 31 this Item shall be considered subsidiary to the trench and no other 32 compensation will be allowed. 33 f Remove Guardrail: full compensation for removing materials, loading, 34 hauling, unloading, and staring or disposal; furnishing backfill material; 35 backfilling the postholes; and equipment, labor, tools, and incidentals. For 36 utility projects, this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 39 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 40 needed to execute work. Sidewalk adjacent to or attached to retaining wall 41 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 42 removal. For utility projects, this Item shall be considered subsidiary to the 43 trench and no other compensation will be allowed. 44 h. Remove and Relocate Mailbox: full compensation for removal, relocating, 45 hauling, disposal, tools, equipment, labor and incidentals needed to execute 46 work. For utility projects, this Item shall be considered subsidiary to the trench 47 and no other compensation will be allowed. CITY OF FORT WORTH Parker Irenderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 7012 0241 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 6 1 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. For 3 utility projects, this Item shall be considered subsidiary to the trench and no 4 other compensation will be allowed. 5 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 6 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 7 execute work. For utility projects, this Item shall be considered subsidiary to 8 the trench and no other compensation will be allowed. 9 k. Remove and Relocate Bollard: fall compensation for removal, relocating, 10 hauling, disposal, tools, equipment, labor and incidentals needed to execute 11 work. 12 1.3 REFERENCES 13 A. Definitions 14 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 15 pavers. 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Fill Material: See Section 3123 23. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 REMOVAL 36 A. Remove Sidewalk 37 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0241 13 -4 SELECTIVE SITE DEMOLITION Page 4 of 6 2. Sawcut when removing to nearest joint is not practical. See 3 A.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove pence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man- G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove and Relocate Mailbox 1. Salvage existing materials for relocation. Mailbox materials may need to be used for reconstruction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS Revised December 20, 2012 Parker Henderson Road City Project No. 01419 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 6 1 2. Coordinate relocation of mailbox with U.S. Postal Service and City. 2 I. Remove Rip Rap 3 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 4 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 5 J. Remove Miscellaneous Concrete Structure 6 1. Remove portions of miscellaneous concrete structures including foundations and 7 slabs that do not interfere with proposed construction to 2 feet below the finished 8 ground Iine. 9 2. Cut reinforcement close to the portion of the concrete to remain in place. 10 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 11 water. 12 K. Sawcut 13 1. Sawing Equipment 14 a. Power -driven 15 b. Manufactured for the purpose of sawing pavement 16 c. In good operating condition 17 d. Shall not spall or fracture the pavement to the removal area 18 2. Sawcut perpendicular to the surface completely through existing pavement. 19 L. Remove and Relocate Bollard 20 1. Remove all bollard components above and below ground and backfilI with 21 acceptable material. 22 2. Salvage existing materials for relocation. Existing bollard components may be used 23 for reconstruction. Relocate bollard to final position as shown in Drawings. 24 Bollard shall be reconstructed to original or better than original condition. 25 3.5 REPAIR [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 024113-6 SELECTIVE SITE DEMOLITION Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects 2/25/15 B. Wright L I .A.'7, 1.2.A.1.h, 1.2.A.21, 3.4.11 — Revised "Remove mailboxes" to allow for relocation in lieu of removal and disposal_ 1.I.A. 11, 1.2.A.11, 1.2.A.21, 3.4.L — Added "Remove and relocate bollards" CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 99 99 00 - 1 SPECIAL TECHNICAL. SPECIFICATIONS Page I of 23 SECTION 99 99 00 SPECIAL TECHNICAL SPECIFICATIONS 9999.0010 BID ITEM — 6" X 6" CUT -IN TEE & GATE VALVE 6" Gate Valve shall be installed in accordance with "Cut -In Gate Valve", per City of Fort Worth Specification 33 12 20 "Resilient Seated (Wedge) Gate Valve". 6" x 6" Cut -In Tee shall be installed in accordance with "Ductile Iron Water Fittings with Restraint", per City of Fort Worth specification 33 11 11 "Ductile Iron Fittings". PAYMENT: Payment shall be made per lump sum installed at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. 9999.0020 bid item —12" x 12" Cut -In Tee & Gate Valve 12" Gate Valve shall be installed in accordance with "Cut -In Gate Valve", per City of Fort Worth Specification 33 12 20 "Resilient Seated (Wedge) Gate Valve". 12" x 12" Cut -In Tee shall be installed in accordance with "Ductile Iron Water Fittings with Restraint", per City of Fort Worth specification 33 11 11 "Ductile lion Fittings". PAYMENT:. Payment shall be made per lump sum installed at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. 9999.0030 BID ITEM -- RELOCATE VALVE ASSEMBLY IN TX4' VAULT Remove, salvage, and reconstruct existing valve assembly and all associated appurtenances in Tx4' vault in accordance with City of Fort Worth Specification 33 12 11 "Large Water Meters". Salvaged materials may be used to reconstruct valve assembly and associated appurtenances as approved by City. PAYMENT: Payment shall be made per lump sum installed at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. 9999.0040 1" WATER SERVICE Install I" Water Service in accordance with City of Fort Worth Standard Specification 33 12 10 for New Water Service, except as modified as below. Items 8) Connection to Meter, and 9) Meter Box and Lid included in City specification 33 12 10 Section 1.2.A.1.c , shaIl be excluded from this item. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 999900-2 SPECIAL TECHNICAL SPECIFICATIONS Page 2 of 23 9999.0050 BOX FOR I" WATER METER Install Meter Box and Lid in accordance with Item 9) Meter Box and Lid included in City specification 33 12 10 Section 1.2.A.Le. Measurement and payment shall be per each meter box installation. 9999.0060 CONNECT TO EXISTING WATER METER Connect to existing Meter in accordance with City specification 33 12 10 Section 1.2.A.3 Water Service Reconnect, except as modified as below. Items 1) Private service line, 3) Private Connection to Water Meter, and 4) Connection to existing private service line, included in City specification 33 12 10 Section 1.2.A.3.c , shall be excluded from this item. Measurement and payment shall be per each connection made to existing meters. 9999.0070 RELOCATE EXISTING WATER METER & BOX Remove existing water meter and box, relocate as shown in the construction drawings and reconnect to existing private line and new service line. The price bid shall include all work and .materials necessary to remove and relocate the existing meter and box, and shall include: I)Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing Measurement and payment for this Item shall be per each water meter and meter box relocated. SPECIAL TECHNICAL SPECWICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 999900-3 SPECIAL TECHNICAL SPECIFICATIONS Page 3 of 23 1 9999.0071 8" CONCRETE PAVEMENT 2 3 This item shall govern the construction of concrete pavement within TxDOT Rights -of -Way. The 4 specifications of TxDOT Item 360 shall apply for this bid item, without modification. 5 6 7 9999.0080 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 8 IMPROVEMENTS NOT ITEMIZED ALL WORK COMPLETED UNDER. THIS ITEM 9 SHALL DE APPROVED BY OWNED IN WRITING. 10 - 11 This item establishes a contract allowance to cover the costs of water line related items not 12 identified in the plans or specifications and for which no bid item is included. No payment will 13 be made under this item for any work identified in the plans and specifications. Written approval 14 by the City of Fort Worth shall be obtained prior to commencing any work under this item. 15 16 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 17 the cost of bond and overhead incurred by the Contractor. 18 19 20 9999.0090 - 6'X10' PRECAST JUNCTION BOX 21 22 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 23 Bridges 2004 Edition, Item No. 465, `Junction Boxes, Manholes and Inlets" for specifications 24 governing this item. http://ftP.dot.state.tx.us/pub/txdot-info/des/specs/sPecbook.12 25 26 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 27 include full compensation for all labor, tools and incidentals necessary to complete the work. 28 29 9999.0100 10' OPEN BACK RECESSED INLET 30 31 10' Open Back Recessed Inlet shall be constructed in accordance with details shown in the plans. 32 10' Open Back Recessed Inlet shall be constructed in accordance with City of Fort Worth 33 Specification 33 49 20 "Curb and Drop Inlets". 34 35 PAYMENT: Payment shall be made per each installed at the unit price shown on the proposal 36 and will include full compensation for all labor, tools and incidentals necessary to complete the 37 work. 38 39 9999.0110 10' CURB & GRATE INLET TYPE 1 40 41 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 42 Bridges 2004 Edition, Item No. 465, `Junction Boxes, Manholes and Inlets" for specifications 43 governing this item. http:i/flp.doL.state.tx.us/publtx ot-infoldes/specs/spechook,pd£ 44 45 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 46 include full compensation for all labor, tools and incidentals necessary to complete the work. 47 SPECIAL. TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 4 SPECIAL TECHNICAL SPECIFICATIONS Page 4 of 23 1 9999.0120 — PW-1 HEADWALL FOR 2-3X2 MBC 2 3 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 4 Bridges 2004 Edition, Item No. 466, `Headwalls and Wingwalls" for specifications governing 5 this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/W cbook.pdf. 6 7 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and -will 8 include full compensation for all labor, tools and incidentals necessary to complete the work. 10 9999.0130 — 3/8" STEEL PLATE FOR SIDEWALK CROSSING 11 12 Furnish and install 3/8" thick stainless steel plate with slip resistant rolled diamond pattering cut 13 to the dimensions provided in the plans. 14 15 PAYMENT: Payment shall be made per square foot of plate at the unit price shown on the 16 proposal and will include full compensation for all labor, tools and incidentals necessary to 17 complete the work. 18 19 9999.0140 -- REMOVE & RELOCATE MAILBOX 20 21 Remove the existing mailbox using care to prevent damage. Furnish new mailbox of same make 22 for any mailbox damaged during removal or replacement. Install mailbox at new location 23 indicated in the plans. Provide foundation support as recommended by manufacturer. 24 25 PAYMENT: Payment shall be made per each relocated mailbox at the unit price shown on the 26 proposal, and will include ftlJl compensation for all labor, tools and incidentals necessary to 27 complete the work, including any foundational support. 28 29 9999.0150 — REMOVE & RELOCATE BOLLARD 30 31 Remove existing bollard and reinstall at location indicated in the plans. Excavations for new 32 bollard locations may be backfilled with soils used from the excavation (if determined as suitable 33 by the soils testing laboratory) or select material, and shall be compacted to at least 90% of the 34 maximum dry density as determined by the standard proctor. 35 36 PAYMENT: Payment shall be made per each relocated bollard at the unit price shown on the 37 proposal, and will include full compensation for all labor, tools and incidentals necessary to 38 complete the work, including any foundational support. 39 40 9999.0160 — REMOVE & SALVAGE ADVANCE WARNING SYSTEM 41 42 The Contractor shall subcontract with High Sierra Electronics, Inc. for the removal of the City of 43 Fort Worth's Advance Warning System (AWS) devices. High Sierra Electronics,lnc. shall 44 remove, inventory and store the devices for the future use of the devices. The removal of the 45 AWS devices shall only occur once the Contractor has an approved and adequate MUTCD 46 Traffic Control Plan in place or the road has been closed as a result of construction activity. Prior 47 to removal of the AWS devices, the Contractor shall notify the City of Fort Worth Stormwater 48 Management Division (Timothy Royer) at 817-392-6329, fourteen days in advance, to schedule 49 the removal of all necessary devices. 50 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-5 SPECIAL TECHNICAL SPECIFICATIONS Page 5 of 23 1 See Appendix for High Sierra Electronics, Inc. quotation for removal of the City of Fort Worth's 2 Advance Warning System devices. 3 4 PAYMENT: Payment shall be made per Iump sum at the pre -bid unit price shown on the 5 proposal, which is the actual cost of the work per High- Sierra Electronics, Inc. quote, plus ten 6 percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the 7 Construction. 8 9 9999.0170 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 10 IMPROVEMENTS NOT ITEMIZED ALL WORK COMPLETED UNDER THIS ITEM .11 SHALL BE APPROVED BY OWNER IN WRITING. 12 13 This item establishes a contract allowance to cover the costs for removal or relocation of existing 14 facilities not identified in the plans or specifications and for which no bid item is included. No 15 payment will be made under this item for any work identified in the plans and specifications. 16 Written approval by the City of Fort Worth shall be obtained prior to commencing any work 17 under this item. 18 19 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 20 the cost of bond and overhead incurred by the Contractor. 21 22 9999.0180 — CONCRETE CURB(DOWEL 23 24 Doweled concrete curb shall be constructed at the locations specified in the traffic control plans 25 and in accordance with details shown in the pavement construction details. Doweled concrete 26 curb shall be constructed in accordance with City of Fort Worth Specification 32 16 13 "Concrete 27 Curb and Gutters and Valley Gutters". 28 29 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 30 proposal and will include full compensation for all labor, tools and incidentals necessary to 31 complete the work. 32 33 9999.0190 — MOUNTABLE CURB AND GUTTER 34 35 Mountable curb and gutter shall be constructed at the locations specified in the roadway plans. 36 Mountable curb and gutter geometry shall match existing mountable curb geometry. Mountable 37 curb and gutter shall be constructed in accordance with City of Fort Worth Specification 32 16 13 38 "Concrete Curb and Gutters and Valley Gutters". 39 40 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 41 proposal and will include full compensation for all labor, tools and incidentals necessary to 42 complete the work. 43 44 9999.0200 — CONCRETE HEADER 45 46 Concrete header shall be constructed in accordance with details shown in the pavement 47 construction details. Concrete paving shall be constructed in accordance with City of Fort Worth 48 Specification 32 13 13 "Concrete Paving". 49 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-6 SPECIAL TECHNICAL SPECIFICATIONS Page 6 of 23 1 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 2 proposal and will include full compensation for all labor, tools and incidentals necessary to 3 complete the work. 4 5 9999.0210 — RETAINING WALL (MSE) 6 7 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 8 Bridges 2004 Edition, Item No. 423, "Retaining Walls" for specifications govcming-this item. 9 http:l/ftp.doE.state.tx.us/pub/txdot-ink/des/specs/secbook.p 10 11 PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and 12 will include full compensation for all labor, tools and incidentals necessary to complete the work. 13 14 9999.0220 -- RIPRAP (RW MOW STRIP)(4 IN)) 15 16 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 17 Bridges 2004 Edition, Item No. 432, "Riprap" for specifications governing this item. 18 http:llp.dot.state.tx.us/pub/txdot-info/des/specs/specbook-pdf. 19 20 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 21 will include full compensation for all labor, tools and incidentals necessary to complete the work. 22 23 9999.0230 — RAIL (IIANDRAIL)(PRD-13 TY F) 24 25 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 26 Bridges 2004 Edition, Item No. 450, "Railing" for specifications governing this item. 27 http:L&.dot.state.tx.us/pub/txdot-info/des/specs/speebook.pdf. 28 29 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 30 will include full compensation for all labor, tools and incidentals necessary to complete the work. 31 32 9999.0240 — WHEEL STOP 33 34 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 35 Bridges 2004 Edition, Special Specification No. 5434, "Precast Concrete Wheel Stops" for 36 specifications governing this item. 37 ftn //flp.dot state.tx.us/pubftxdot-info/cm&csexve;specs/2044/spee/ss5434.pdf. 38 39 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 40 include full compensation for all labor, tools and incidentals necessary to complete the work. 41 42 9999.0250 - BRICK WALL WITH PILASTERS 43 44 Construct brick masonry wall and wall foundation as shown in the plans. Wall materials and 45 dimensions shall match that of the existing wall. Wall materials shall be approved by the 46 property owner prior to construction. The sign on the existing wall shall be preserved and 47 remounted on the proposed wall as part of the wall construction. 48 49 PAYMENT: Payment shall be made per linear foot of new wall, measured along the wall 50 centerline to the outside edge of end pilasters at the unit price shown on the proposal, and will 51 include full compensation for all labor, tools and incidentals necessary to complete the work. 52 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-7 SPECIAL TECHNICAL SPECIFICATIONS Page 7 of 23 1 9999.0260 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF 2 IMPROVEMENTS NOT ITEMIZED ALL WORD COMPLETED UNDER THIS ITEM 3 SHALL BE APPROVED BY OWNER IN WRITING. 4 5 This item establishes a contract allowance to cover the costs for needed roadway related 6 construction not identified in the plans or specifications and for which no bid item is included. 7 No payment will be made under this item for any work identified in the plans and specifications. 8 Written approval by the City of Fort Worth shall be obtained prior to commencing any work 9 under this item. 10 11 The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover 12 the cost of bond and overhead incurred by the Contractor. 13 14 9999.0270 — TEMPORARY 15" CMP 15 16 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 17 Bridges 2004 Edition, Item No. 460, "Corrugated Metal Pipe" for specifications governing this 18 item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specslspecbook.pdf. 19 20 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 21 will include full compensation for all labor, tools and incidentals necessary to complete the work. 22 '23 9999.0280 — TEMPORARY ] 8" CMP 24 25 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 26 Bridges 2004 Edition, Item No. 460, "Corrugated Metal Pipe" for specifications governing this 27 item. hU:Zft.dot.state.tx.us/pub/txdot-info /s cs/s ecbook. df. 28 29 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 30 will include full compensation for all labor, tools and incidentals necessary to complete the work. 31 32 9999.0290 LPCB TY I FURNISH & INSTALL 33 9999.0300 — LPCB TY 2 FURNISH &INSTALL 34 35 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 36 Bridges 2004 Edition, Item No. 512, "Portable Concrete Traffic Barrier" for specifications 37 governing this item. httu:llftp.dot.sta#e.tx.us/dub/txdot-info/deslspecs/sPecbook.pdf 38 39 PAYMENT: Payment shall be :made per linear foot at the unit price shown on the proposal and 40 will include full compensation for all labor, tools and incidentals necessary to complete the work. 41 42 9999.0310 — WK ZN PAV MRK NON-REMOV (W) 4"__(SLD) 43 9999.0320 — WK ZN PAV MRK NON-REMOV (Y} 411 (St D) 44 9999.0330 — WK ZN PAV MRK NON-REMOV (W) 12" ($L!))- 45 46 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 47 Bridges 2004 Edition, Item No. 662, "Work Zone Pavement Markings" for specifications 48 governing this item. h!W:bft,dot.state,tx.us/pub/txdot-inLo/de,,i&pees/ ecbook f. 49 50 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 51 will include full compensation for all labor, tools and incidentals necessary to complete the work. SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900--8 SPECIAL TECHNICAL SPECIFICATIONS Page 8 of 23 2 9999.0340 — ORANGE MESH PERIMETER FENCE 3 4 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 5 Bridges 2004 Edition, Special Specification No. 1122, "Temporary Erosion, Sedimentation, and 6 Environmental Controls" for specifications governing this item. 7 ftu-/{ftp.dot.state.tx.us/pub/txdot-info/cmd/cseroe/specs/20E34/spec/ssll22.pdf. 9 PAYMENT: Payment shall be made per linear foot at the unit price shown on the proposal and 10 will include full compensation for all labor, tools and incidentals necessary to complete the work. 11 12 9999.0341. TRAFFIC CONTROL 13 14 This item shall include the preparation of Traffic Control Plans by a licensed professional 15 engineer in the state of Texas, submittal of signed Traffic Control Plans to the City of Fort Worth 16 and Engineer for review and approval or comment, and implementation of the Traffic Control 17 Plan during construction. Traffic control included under this item includes areas North of David 18 Strickland Road. Areas South of David Strickland Road are to be bid under separate items. 19 20 Implementation of this item shall include all barricades, concrete barriers, temporary shoring, 21 temporary pavement, temporary striping, channelizing devices, flagmen, temporary signal, 22 temporary signs, and any and all work and materials needed to maintain traffic operations along 23 Parker Henderson Road at all times during regular school season. Traffic control must meet the 24 city of Fort Worth and TMUTCD requirements. 25 26 Measurement and payment for this item shall be lump surn. 27 28 29 9999.03S0 BID ITEM — GRAVITY WALL 30 31 PART 1: GENERAL 32 33 1.1 Scope 34 Work includes furnishing and installing concrete retaining wall units to the lines and grades designated 35 on the construction drawings and as specified herein. 36 1.2 Reference Standards 37 ASTM C94 Ready -Mixed Concrete 38 ASTM C1372 Segmental Retaining Wall Units 39 1.3 Delivery, Storage, and Handling 40 A. Contractor shall check the materials upon delivery to assure proper material has been received. 41 B. Contractor shall prevent excessive mud, wet cement and like materials from coming in contact 42 with the SRW units. 43 C. Contractor shall protect the materials from damage. Damaged material shall not be incorporated 44 in the project, 45 46 PART 2: MATERIALS 47 48 2:1 Wall Units 49 A. Wail units shall be Redi-Roc,0 or approved equal as produced by a licensed manufacturer. 50 B. Wall units shall be. made with Ready -Mixed concrete in accordance with ASTM C94, latest 51 revision, and per the following chart: SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-9 SPECIAL TECHNICAL. SPECIFICATIONS Page 9 of 23 Climate Air Content 28 Day Compressive Stren , si Slump* Negligible 1 %a%-4'/2% 4000 5" :L 1 %" Moderate 3%-6% 4000 5" ±1 %2" Severe 4i/z%-71 1 1 2 3 *Higher slumps are allowed if achieved by use of appropriate admixtures. 4 Notwithstanding anything stated above, all material used in the wall units must meet applicable ASTM and 5 local requirements for exterior concrete. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Mthering R.�i.. ® Severe I� Moderate C. -Exterior block dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 1% excluding the architectural surface. Maximum width (face � io back) deviation including the architectural surface shall be 1.0 inch. D. Exposed face shall be finished as specified. Other surfaces to be smooth form type. Dime -size bug holes on the block face may be patched and/or shake -on color stain can be used to blend into the remainder of the block face. 2.2 Leveling Bad and Free Draining Backfill A. Leveling pad shall be crushed stone. See detail sheet defining Leveling Pad options for drain placement in the bottom of the foundation leveling pad. B. Free Draining Backfill material shall be washed stone and shall be placed to a minimum of 1' width behind the back of the wall and shall extend vertically from the Leveling Pad to an elevation 4" below the top of wall. C. Backfill material shall be approved by the geotechnical engineer. Site excavated soils may be used if approved unless otherwise specified in the drawings. Unsuitable soils with a PL>6, organic soils and frost susceptible soils shall not be used within a 1 to 1 influence area. D. Non -woven geotextile cloth shall be placed between the Free Draining BackfiIl and retained soil if required. E. Where additional fill is needed, Contractor shall submit sample and specifications to the Engineer for approval. 2.3 Drainage A. internal and external drainage shall be evaluated by the Professional Engineer who is responsible for the final wall design. 2.4 Geogrid Connection SPECIAL TECHNICAL. SPECIFICATIONS Parker Rendeison Road April 25, 2019 City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5o 51 52 53 54 55 999900- 10 SPECIAL TECHNICAL SPECIFICATIONS Page 10 oi23 A. Fiberglass rod used in the Type lAT Geo-Grid connection shall be 7/16" diameter. Only fiberglass rod obtained from an authorized Redi-Rock' dealer or approved equal shall be used. Part 2 - PART 3: CONSTRUCTION OF WALL SYSTEM 3.1 Excavation A. Contractor shall excavate to the lines and grades shown on the construction drawings. 3.2 Foundation Soil Preparation A. Native foundation soil shall be compacted to 95% of standard proctor or 90% of modified proctor prior to placement of the Leveling Pad material. B. In -situ foundation soil shall be examined by the Engineer to ensure that the actual foundation soil strength meets or exceeds assumed design strength. Soil not meeting the required strength shall be removed and replaced with acceptable, compacted material. 3.3 Leveling Pad Placement A. Leveling Pad shall be placed as shown on the construction drawings. 13. Leveling Pad shall be placed on undisturbed native soils or suitable replacements fills. C. Leveling Pad shall be compacted to 95% of standard proctor or 90% of modified proctor to ensure a level, hard surface on which to place the first course blocks. Pad shall be constructed to the proper elevation to ensure the final elevation shown on the plans. D. Leveling Pad shall have a 6 inch minimum depth for walls under 8 feet in height and a 12 inch minimum depth for walls over 8 feet. Pad dimensions shall extend beyond the blacks in all directions to a distance at least equal to the depth of the pad or as designed by Engineer. E. For steps and pavers, a minimum of I" - 1 '/2" of free draining sand shall be screeded smooth to act as a placement bed for the steps or pavers. 3.4 Unit Installation A. The first course of wall units shall be placed on the prepared Leveling Pad with the aesthetic surface facing out and the front edges tight together. All units shall be checked for level and alignment as they are placed. B. Ensure that units are in full contact with Leveling Pad. Proper care shall be. taken to develop straight lines and smooth curves on base course as per wall layout. C. The backfill in front and back of entire base row shall be placed and compacted to firmly lock them in place. Check all units again for level and alignment. All excess material shall be swept from top of units. D, Install next course of wall units on top of base row. Position blocks to be offset from seams of blocks below. Blocks shall be placed fully forward so knob and groove are engaged. Check each block for proper alignment and level. Backtill to 12 inch width behind block with Free Draining Backfill. Spread backfill in uniform lifts not exceeding 9 inches. Employ methods using lightweight compaction equipment that will not disrupt the stability or batter of the wall. Hand - operated plate compaction equipment shall be used around the block and within 3 feet of the wall to achieve consolidation. Compact backfill to 95% of standard proctor (ASTM D 698, AASHTO T-99) density within 2% of its optimum moisture content. E. Install each subsequent course in like manner. Repeat procedure to the extent of wall height. F. Allowable construction tolerance at the wall face is 2 degrees vertically and I inch in 10 feet horizontally. G. All walls shall be installed in accordance with local building codes and requirements. 3.5 Geogrid Installation A. See Wall Installation instructions. PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. SPECIAL TECENICAL SPECIFICATIONS Api125, 2019 Parker Henderson Road City Project No. 01419 999900-11 SPECIAL TECHNICAL SPECIFICATIONS Page I 1 of 23 1 2 9999.0360 -- PW WALL FOR 7-1Vx11' MBC 3 4 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 5 Bridges 2004 Edition, Item No. 466, "Headwalls and Wingwalls" for specifications governing 6 this item. h!W:/ft.dot.state.tx.us/Xub/txdot-inLo/des/specs/Speebook.pdf. 8 PAYMENT: Payment shall be made per each at the unit price shown on the proposal and will 9 include full compensation for all labor, tools and incidentals necessary to complete the work. 10 11 9999.0370 — INTERLOCKING ARTICULATING CONCRETE BLOCKS 12 13 I4 GENERAL 15 16 Scone of Work 17 18 The contractor shall furnish all labor, materials, equipment, and incidentals required for, and 19 perform all operations in connection with, the installation of the ArmorFlex Articulating 20 Concrete Block (ACB) system in accordance with the lines, grades; design and dimensions shown 21 on the Contract Drawings and as specified herein. 22 23 SubmittaI 24 25 The Contractor shall submit to the Engineer of Record (EOR) evidence of full-scale hydraulic 26 testing in accordance with ASTM D-7277, and if necessary, Factor of Safety (FoS) calculations in 27 support of the proposed ACB system stamped and signed by a Professional Engineer licensed to 2& practice in the state where the project is located. The Contractor shall also submit to the FOR an 29 appropriate geotextile, selected for the site being protected on the basis of the gradation and 30 permeability of the surface soils, which information shall have been provided by the FOR or the 31 designated geotechnical engineer. 32 33 The Contractor shall furnish manufacturer's certificates of compliance for ACB/mats, revetment 34 cable, geotextile, and any revetment cable fittings and connectors. The Contractor shall also 35 furnish the manufacturer's specifications, literature, preliminary shop drawings for the layout of 36 the mats, installation and safety instructions, and any recommendations, if applicable, that are 37 specifically related to the project. If a color has been specified for the block, the Contractor shall 38 submit a color chart indicating the specified standard color. 39 40 Alternative materials from qualified suppliers may be considered; to qualify, proposed alternative 41 suppliers must own and operate their own manufacturing facility, and shall directly employ a 42 minimum of five (5) registered Professional Engineers. Full documentation consistent with the 43 foregoing must be submitted in writing to the FOR a minimum of twenty (20) business days prior 44 to bid date, and must be pre -approved in writing as an addendum to the bid documents and 45 drawings by the FOR at least ten (10) business days prior to bid date. Submittal packages must 46 also include, as a minimum, the following: 47 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road Apri[ 25, 2019 City Project No. 01419 4 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 999900-12 SPECIAL TECHNICAL SPECIFICATIONS Page 12 of 23 Evidence of satisfactory fall -scale laboratory testing in accordance with ASTM D 7277, Standard Test Method for Performance Testing of'Articulating Concrete Block (ACB) Revetment Systems for Hydraulic Stability in Open Channel Flow, performed on behalf the submitting manufacturer on a qualifying test flume of sufficient length for the test flows to achieve normal depth in all cases, and associated engineered calculations quantifying the f'oS of the proposed ACB system under the design conditions of the specific project, stamped and signed by a registered Professional Engineer residing in and licensed to practice in the state where the project is located; 2. A list of 5 comparable projects, in terms of size and applications, in the United States, where the satisfactory performance of the specific alternate ACB system can be verified after a minimum of five (5) years of service life; 3. information about, or certifications of, all materials associated with the ACB system as detailed above, including (but not limited to) cable, fittings, geotextile, and any other materials required for satisfactory installation in accordance with ASTM D 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems; 4. The names and contact information (phone numbers and e-mail addresses, at a minimum) for the suppliers' representatives, for technical, production or logistics questions, at least one of whom must reside in the state where the project is located. PRODUCT General All ACB mats shall be prefabricated as an assembly of concrete blocks having specific hydraulic capacities, and laced with revetment cables. The ACB system may also be assembled on -site by hand -placing the individual units either with or without subsequent insertion of cables. Individual units in the system shall be staggered and interlocked for enhanced stability. The mats shall be constructed of open and/or closed cell units as shown on the contract drawings. The open cell units have two (2) vertical openings of rectangular cross section with sufficient wall thickness to resist cracking during shipping and installation. The open cell units have an open area of 18- 23% as measured from the base of the mat. Parallel strands of cable shall extend through a minimum of two (2) cable ducts in each block allowing for longitudinal binding of the units within a mat. Each row of units shall be laterally offset by one-half of a block width from the adjacent row so that any given block is cabled to four other blocks (two in the row above and two in the row below). Each block shall incorporate interlocking surfaces that minimize lateral displacement of the blocks within the mats when they are lifted by the longitudinal revetment cables. The interlocking surfaces must not protrude beyond the perimeter of the blocks to such an extent that they reduce the flexibility or articulation capability of the ACB mats or become damaged or broken when the mats are lifted during shipment or placement. Once the mats are in place, the interlocking surfaces shall minimize the lateral displacement of the blocks even if the cables should become damaged or removed. The mats must be able to flex a minimum of 18' between any given row or column of blocks in the uplift direction and 45' in the downward direction. SPECIAL TECHNICAL. SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 99 99 00 - 13 SPECIAL TECHNICAL. SPECIFICATIONS Page 13 of23 1 The cables inserted into the mats shall form lifting loops at one end of the mat with the 2 corresponding cable ends spliced together to form a lifting loop at the other end of the mat. The 3 FOR shall approve appropriate sleeves for use in order to splice the lifting loop. The cables shall 4 be inserted after sufficient time has been allowed for the concrete to complete the curing process. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 The ACB plats shall be placed on a filter fabric as specified herein. Under no circumstances shall the filter fabric be permanently affixed or otherwise adhered to the blocks or mats; i.e., the filter fabric shall be independent of the block system. Certification (Open -Channel Flow): ACB mats will only be accepted when accompanied by documented hydraulic performance characteristics that are derived from tests under controlled flow conditions. Testing shall conform to ASTMD 7277, Standard Test Method for Performance Testing of Articulating Concrete Block (ACB) Revetment Systems for Hydraulic Stability in Open Channel Flow, as amended and updated. Note that all hydraulic performance testing shall be performed in a 2H:1 V flume, and that the tested length be long enough that the test flows achieve normal depth in all cases. Analysis and interpretation of the test data shall conform to the guidance contained in ASTM D 7276, Standard Guide for Analysis and Interpretation of Test Data for Articulating Concrete Block (ACB) Revetment Systems in Open Channel Flow, as amended and updated. Performance (Open -Channel Flow): The design of the ACB mats shall be in accordance with the Factor -of -Safety design methodology as described in "Erosion and Sedimentation" by Pierre Julien, Cambridge University Press, Second Ed. 2010. The minimum designed safety factor shall be 1.5 by utilizing the following equation. SF = (($2 / 31) ao) / ((1 - aez)o.s cos R + (,92 / ,qt) + ($3 Fd. cos 6 + 1% F,') / $IWJ > 1.5 Where I'll, 1% 1%, & 44 are geometric properties of the block, ao, p, & S are angles characteristic of the site and application,'9 is the stability number for a sloped surface, Fd & F1 are the drag and lift forces, respectively, and Ws is the submerged weight of the block. ArmorFlex block geometric parameters are available upon request. The analysis shall be performed based upon the stability of the. ACBs due to gravity forces alone, neglecting conservative forces added by cabling, mechanical anchorage, contact with adjacent blocks, or other restraints not attributable to gravity based forces. The analysis must account for a 0.5-inch block projection, in accordance with ASTMD 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, Section 6.3.3. Site grading requirements may not be used to omit this requirement for standard (non -tapered) block. All design calculations submitted must be based upon the smallest block utilized in the mats. Partial "half blocks" must be analyzed separately. In order to analyze the performance of the unit, the hydraulic information listed below is required: ACB HYDRAULIC INFORMATION SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Hendersoa Road City Project No. 01419 1 Articulating Concrete Blocks 2 3 4 5 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 999900-14 SPECIAL TECHNICAL SPECIFICATIONS Page 14 of 23 Scope: This specification covers ACB mats used for general erosion control, slope stabilization, channel armoring and channel protection. Installations may be exposed to infrequent and/or light - duty vehicular loading, such as for low-water crossings or boat ramps, by specifying a minimum thickness of 6". Concrete units covered by this specification are made from lightweight or normal weight aggregates, or both. The values stated in U.S. customary units are to be regarded as the standard. Materials: Cementitious Materials - Materials shall conform to the following applicable ASTM specifications: 1. Portland Cements - Specification C 150, for Portland Cement. 2. Blended Cements - Specification C 595, for Blended Hydraulic Cements. 3. Hydrated Lime Types - Specification C 207, for Hydrated Lime Types. 4. Pozzolans - Specification C 618, for Fly Ash and Raw or Calcined Natural Pozzolans for use in Portland Cement Concrete. 5. Aggregates -- Specification C 33, for Concrete Aggregates, except that grading requirements shall not necessarily apply. Casting: The ACB units shall be produced using a dry cast method. Dry cast units obtain strength more quickly than wet cast blocks, and will also achieve a greater uniformity of quality and greater durability. Physical Requirements: At the time of delivery to the work site, the ACB units shall conform to the physical requirements prescribed in Table 2 listed below. 2 PIIYSICAL REQUIREMENTS Compressive Strength Net Area Min. p.s.i (mpa) Water Absorption. Max. lb/ft3 (kg/m3) Av . of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 9.1(160) 11.7 (192) Units will be sampled and tested in accordance with ASTM D 6684, Standard Specification for Materials and Manufacture ofArticulating Concrete Block (ACB) Revetment Systems. Visual Inspection: All units shall be sound and free of defects which would interfere with the proper placement of the unit, or which would impair the performance of the system. Surface cracks incidental to the usual methods of manufacture, or surface chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. Cracks exceeding 0.25 inches (.635 cm) in width and/or 1.0 inch (2.54 cm) in depth shall be deemed grounds for rejection. Chipping resulting in a weight loss exceeding 10% of the average weight of a concrete unit shall be deemed grounds for rejection. Blocks rejected prior to delivery from the point of manufacture shall be replaced at the manufacturer's expense. Blocks rejected at the job site shall be repaired with structural grout or replaced upon request at the expense of the contractor. SPECIAL. TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No. 01419 99 99 00 - 15 SPECIAL TECHNICAL SPECIFICATIONS Page 15 of23 1 Sampling and Testing: The purchaser (or their authorized representative) shall be accorded 2 access to the relevant manufacturing facility or facilities, if desired, in order to inspect and/or 3 sample the ACB units from lots ready for delivery prior to release for delivery to the job site. 4 Such inspections are at the sole expense of the requesting entity. 61 6 Field installation shall be consistent with the way the system was installed in preparation for 7 hydraulic testing pursuant to ASTM D 7277, Standard Test Method for Performance Testing of 8 Articulating Concrete Block (ACB) Revetment Systems for Hydraulic Stability in Open Channel 9 Flow. Any external restraints, anchors, or other ancillary components (such as synthetic drainage 10 mediums) shall be employed as they were during testing; e.g., if the hydraulic testing installation 11 utilized a drainage layer, then the field installation must also utilize a drainage layer. This does 12 not preclude the use of other section components for other purposes, e.g., a geogrid for 13 strengthening the subgrade for vehicular loading, or an intermediate filter layer of sand to protect 14 very fine-grained native soils. 15 16 Hydraulic testing shall be conducted on the thinnest block in a "family" of similar blocks (i.e., 17 same footprint but different thicknesses), with the tested critical shear value then converted to a 18 critical shear at 0° before extrapolation to thicker blocks within the same family. Such 19 extrapolation may not be made from a thicker block to a thinner block. The extrapolation method 20 is detailed in the National Concrete Masonry Association (NCA) "Design Manual for 21 Articulated Concrete Block (ACB) Revetment Systems", section 4.2. 22 23 Purchaser may request additional testing other than that provided by the manufacturer as needed. 24 Such requested testing will extend any stated lead times for manufacturing and delivery, if the 25 results of such testing are a prerequisite to approval (i.e., approval for release to manufacturing). 26 Costs associated with such testing shall be borne by the purchaser. 27 28 Manufacturer 29 30 Articulating concrete blocks (ACB's) shall be Arm©rFlex Block and a Half as manufactured 31 and sold by: 32 33 ARMORTEC, A Contech Company 34 9025 Centre Pointe Dr., Suite 400 35 West Chester, OH 45269 36 Phone: 1-800-645-7000 37 Fax: 1-513-645-7993 38 URL: hW://www.conteches.com/Products/Erosion-Control/Hard-Armor/A nQrFlex 39 40 41 42 43 44 The selected ARMORFLEXO blocks shall have the following nominal characteristics: STANDARD SIZES OF ARMORFLEX® BLOCKS CLASS TYPE MIN. WEIGHT (lbs) BLOCK SIZE OPEN AREA % Length (in) Width (in) Height* (in) 40BAAH Open 59 17.4 15.5 4.75 20 50BAAH Open 76 17.4 15.5 6.0 20 70BAAH Open 113 17.4 15.5 8.5 20 45BAAH Closed 71 17.4 15.5 4.75 10 55BAAH Closed 91 17.4 15.5 6.0 10 85BAAH Closed 135 17A 15.5 1 8.5 10 *Block height may Eag based on local mane acture's capabilities. SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 999900-16 SPECIAL TECHNICAL SPECIFICATIONS Page 16 of 23 2 Revetment Cable and Fitting 3 Option 1. Polyester Revetment Cable and Fittings: Revelment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats, in accordance with ASTM D-6684 paragraph 5.5.2. 10 Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization 11 refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 12 200D' and a load equal to 10%, 20% or 30% of the table's approximate average breaking 13 strength. Relevant elongation values are as shown in the table below. The tolerance on these 14 values is + 5%. 15 ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 30% 0.6 1.4 2.2 16 17 The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. 18 Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The 19 materials used in the construction of the cable shall not be affected by continuous immersion in 20 fresh or salt water. 21 22 Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats 23 being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the 24 bending of the cables around hooks or pins during lifting. Fittings such as sleeves and stops shall 25 be aluminum and washers shall be plastic unless otherwise shown on the Contract Drawings. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Option 2. Galvanized Steel Revetment Cable and Fittings: Revetment cable shall be constructed of preformed galvanized aircraft cable (GAC). The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The size of the revetment cable shall be selected such that the minimum acceptable strength is at least five (5) times that required for lifting of the mats. The revetment cable shall exhibit resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel or plastic. Furthermore, depending on material availability, the cable type (7x7 or 7xl9) can be interchanged while always ensuring the required factor of safety for the cable. Selection of cable and fittings shall be :made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 75% of the minimum rated cable strength. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Proj ect No. 01419 999900-17 SPECIAL TECHNICAL SPECIFICATIONS Page 17 of23 2 Anchors 3 4 The specifying FOR may require, at his/her discretion, permanent anchoring of the mats, e.g., by 5 the use of ancillary earth anchors or attachment to other structures using the lifting cable loops, or 6 through the open cells of an open -cell block. The design of the ArmorFlex system is intended to 7 provide hydraulic stability without the use of such anchors; consequently, any such anchor design 8 shall be by others as approved by the FOR. 9 10 Filter Fabric 11 12 The geotextile filter shall meet the minimum physical requirements Iisted in Table No. 3 of these 13 ,Specifications. Consultation with the manufacturer is recommended; the standard for sizing 14 geotextile for these applications is AASHTO M-288, Permanent Erosion Control. Either woven 15 or non -woven geotextile are acceptable, as long as they meet the other project requirements. 16 17 The geotextile fiber shall consist of a long -chain synthetic polymer composed of at least 85 18 percent by weight of propylene, ethylene, ester, or amide, and shall contain stabilizers and/or 19 inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration 20 due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the 21 outer fiber from pulling away from the geotextile. 22 23 The Contractor shall furnish manufacturer's certified test results to the FOR, showing actual test 24 values obtained when the physical properties are tested for compliance with the specifications. 25 26 During all periods of shipment and storage, the filter fabric shall be protected from direct 27 sunlight, UV radiation, and temperatures greater than 140°F. To the extent possible, the fabric 28 shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to 29 sunlight or UV radiation until the installation process begins. 30 31 3 PHYSICAL REQUIREMENTS Physical Property Test Procedure Minimum Value Grab Tensile Strength ASTM D4632 M W A,4SHTO M288 Class 2 na ed Geotextile Breaking Elongation 50% max. (Imaged Gcotextile) ASTM D4632 (in any principal direction) Burst Strength ASTM D3786 MWAASHTO M288 Class 2 Puncture Strength ASTM D4833 7AWAASHTO M288 Class 2 A.O.S., U.S. Std. Sieve ASTM D4751 Specified btu Permittivitv ASTM D4491 F11 OR 32 33 Final acceptance of the filtration geotextile must be made by the FOR based on project speck 34 soil information. Soil characteristics such as grain size distribution, permeability, and plasticity 35 shall be determined for every 200,000 square feet of geotextile installed or for each source of 36 borrow material used during construction. Significant differences in soil characteristics may 37 require the performancc of further sieve and possible hydrometer testing at the discretion of the 38 EOR. The locations for which the material to be tested is extracted shall be approved by the FOR. 39 The Contractor shall provide the site -specific soil and :modified proctor curves for the site soil; at 40 his own expense, to the manufacturer. Also, the contractor shall be responsible for the 41 performance of the test by a certified independent laboratory experienced in performing such test. 42 The test shall be performed under the actual field soil conditions or as otherwise required by the 43 FOR. SPECIAL. TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - 18 SPECIAL TECHNICAL SPECIFICATIONS Page 18 of 23 2 At the time of installation, the filter fabric shall be rejected if it has been removed from its 3 protective cover for over 72 hours or has defects, tears, punctures, flow deterioration, or damage 4 incurred during manufacture., transportation or storage. With the acceptance of the EOR, placing a 5 filter fabric patch over the damaged area prior to placing the mats shall repair a torn or punctured 6 section of fabric. The patch shall be large enough to overlap a minimum of three (3) feet in all 7 directions. 8 9 Size of ACB Mats 10 11 General: The concrete blocks, cables and fittings shall be fabricated at the manufacturer or 12 another approved location into mats with a width of up to eight (8) feet and a length up to forty 13 (40) feet, which is approved by the EOR. The maximum mat length may be shorter for heavier 14 blocks. 15 16 Mat Length: The ACB mats shall have the ability for fabrication in various lengths, widths, and 17 in combinations of length and/or widths. Special mats are a combination of two opposing 18 dimensions either in the longitudinal or transverse direction of the mats. The special mats are 19 available in various dimensions that allow for a custom fit to a site -specific project. Obstructions, 20 such as manholes, pipe outfalls, or other fixed structures, will be accommodated to the extent that 21 accurate information is provided about them prior to the preparation of mat layout drawings. 22 23 FOUNDATION PREPARATION, GEOTEXTILE AND MAT PLACEMENT 24 25 Subgrade Preparation 26 27 General: All subgrade preparation shall be performed in accordance with ASTM D 6884, 28 Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as 29 updated and amended. 30 31 Grading: The slope shall be graded to a smooth plane surface to ensure that intimate contact is 32 achieved between the slope face and the geotextile (filter fabric), and between the geotextile and 33 the entire bottom surface of the individual ACBs. All slope deformities, roots, grade stakes, and 34 stones which project normal to the local slope face must be re -graded or removed. No holes, 35 "pockmarks", slope board teeth marks, footprints, or other voids greater than 0.5 inch in depth 36 normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 37 inches in depth normal to the local slope face with a dimension exceeding 1.0 foot in any 38 direction shall be permitted. Where such areas are evident, they shall be brought to grade by 39 placing compacted homogeneous material, The slope and slope face shall be uniformly 40 compacted, and the depth of layers, homogeneity of soil, and amount of compaction shall be as 41 required by the EOR. 42 43 Excavation and preparation for all termination trenches or aprons shall be done in accordance to 44 the lines, grades and dimensions shown in the Contract Drawings. The termination trench hinge- 45 point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 46 inches over or under the local grade occur. The width of the termination trench hinge -point shall 47 also be graded uniformly to assure intimate contact between all ACBs and the underlying grade at 48 the hinge -point. 49 50 Inspection: lrmnediately prior to placing the filter fabric and ACB mats, the prepared subgrade 51 shall be inspected by the FOR as well as the owner's representative. No fabric or blocks shall be 52 placed thereon until that area has been approved by each of these parties. 53 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 99 99 00 - [9 SPECIAL TECHNICAL SPECIFICATIONS Page 19 of 23 Placement of Geotextile Filter Fabric 3 GeneraI. All placement and preparation should be performed in accordance with ASTM D 6884, 4 Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment Systems, as 5 updated and amended. Filter Fabric, or filtration geotextile, as specified elsewhere, will be placed 6 within the limits of ACBs shown on the Contract Drawings. 7 8 Placement. The filtration geotextile will be placed directly on the prepared area, in intimate 9 contact with the subgrade, and free of folds or wrinkles. The geotextile will not be walked on or 10 disturbed when the result is a loss of intimate contact between the ACB and the geotextile or 11 between the geotextile and the subgrade. The geotextile filter fabric will be placed so that the 12 upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints will 13 be overlapped at least one and a half (1.5) feet for dry installations and at least three (3) feet for 14 below -water installations. The geotextile will extend at least one (1) foot beyond the top and 15 bottom revetment termination points, or as required by the EOR. If ACBs are assembled and 16 placed as large mattresses, the top lap edge of the geotextile should not occur in the same location 17 as a space between ACB mats unless the space is concrete filled. 18 19 Placement of ACBs/Mats 20 21 General. ACB placement and preparation should be performed in accordance with ASTM D 22 6884, Standard Practice for Installation of Articulating Concrete Block (ACB) Revetment 23 Systems, as amended and updated. 24 25 ACB block/mats, as specified in Part 2:A of these Specifications, will be constructed within the .26 specified lines and grades shown on the Contract Drawings. 27 28 Placement. The subgrade shall be prepared in such a manner as to produce a smooth plane 29 surface prior to placement of the ACBs or mats. No individual block within the plane of placed 30 ACBs will protrude more than one-half inch or as otherwise specified by the EOR. ACBs should 31 be flush and develop intimate contact with the subgrade section, as approved by the EOR. 32 Proposed hand placing is only to be used in limited areas, specifically identified by the FOR or 33 manufacturers' mat layout drawings, as approved by the EOR. 34 35 If assembled and placed as large mattresses, the ACB mats will be attached to a spreader bar or 36 other approved device to aid in the lifting and placing of the mats in their proper position by the 37 use of a crane or other approved equipment. The equipment used should have adequate capacity 38 to place the mats without bumping, dragging, tearing or otherwise damaging the underlying 39 fabric. The mats will be placed side -by -side, so that the mats abut each other, and/or end -to -end. 40 Mat seams or openings between mats greater than two (2) inches will be backfilled with 4000 41 p.s.i. non -shrink grout, concrete or other material approved by the EOR. Whether placed by hand 42 or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface 43 in the direction of flow will require backfill at the grade change location so as to produce a 44 continuous surface. 45 46 Termination trenches will be backfiIled and compacted flush with the top of the blocks. The 47 integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the 48 top surface of the ACBs for its entire service Iife. Termination trenches will be -backfilled as 49 shown on the Contract Drawings. Backfilling and compaction of trenches will be completed in a 50 timely fashion. No more than 500 linear feet of placed ACBs with non -completed termination 51 trenches will be permitted at any time. 52 SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 99 99 00 - 20 SPECIAL TECHNICAL SPECIFICATIONS Page 20 o£23 Finishing. The cells or openings in the ACBs will be backfilled and compacted with suitable material, as specified by the EOR. Backfilling and compaction will be completed in a timely manner so that no :more than 500 feet of exposed mats exist at any time. Finishing requirements are explicitly at the discretion of the EOR. Consultation. The manufacturer of the ACBslrnats shall provide design and construction advice during the design and initial installation phases of the project when required or as necessary, at the discretion of the EOR. The ACB supplier shall provide, at a minimum, one fall day or two half -days of on -site project support upon request. SPECIAL TECHNICAL SPECIFICATIONS April 25, 2019 Parker Henderson Road City Project No_ 01419 999900-21 SPECIAL TECHNICAL SPECIFICATIONS Page 21 of 23 2 9999.0380 -- TURF REINFORCEMENT MAT 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install turf reinforcement mat. 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA 1. The turf reinforcement mat fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew, and.shall be rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and shall conform to the properties in the following table. 2. The average roll minimum value (weakest principal direction) forstrength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum value (weakest principal direction) stipulated herein. Test Requirements: ProperPropertv Minimum Value ass/ rn rea ARM D-6566 1.5 oz ess (AST M D-6525 0.25 in Light ene ra ion oPassing) ASTM D-6567 a Color Green ra ' ensr e Strength ASTM D-6818 2000xl6 t IW dngation ASTM D�6818 o iency AST M D-6 4 24 n AST:M i�-6575 esistanee V 3000 hours -90% B. PACKING AND IDENTIFICATION REQUIREMENTS Provide the turf reirforcement mat in rolls wrapped with protective covering to protect the turf reinforcement mat from mud, dirt, dust, and debris. The turf reinforcement mat shall be free of defects or flaws which significantly affect its physical properties. Labe! each roll of turf reinforcement mat in the shipment with a number or symbol to identify that production run. C. SAMPLING AND COMPLIANCE REQUIREMENTS A competent laboratory must be maintained by the producer of the turf reinforcement mat at the point of manufacture to insure quality control.in accordahce withASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturers certificate upon request to the Engineer prior to shipment. The certificate shall include: 1. Name of manufacturer 2. Chemical composition SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2a19 City Project No. 01419 99 99 00 - 22 SPECIAL, TECHNICAL, SPECIFICATIONS Page 22 of 23 $. Product description q. Statement of compliance to specification requirements 5. Signature of legally authorized official attesting to the information required 1.03 SUBMITTALS Submittals shall include Record Data and Samples. 2.00 PRODUCTS 2.01 MATERIALS TURF REINFORCEMENT MAT: Woven fabric consisting of U.V_ stabilized polypropylene. 3.00 EXECUTION 3,01 INSTALLATION A. Site Preparation —Grade the surface of installation areas so that the ground is smooth and compact. When seeding prior to installation, prepare for seeding by loosening the top 2" to 3" of soil. All gullies, rills, and any other disturbed areas must be fine graded prior to installation. Remove all Large rocks, dirt clods, stumps, roots, grass clumps, trash, and other obstructions from the soil surface to allowfor intimate contact between the soil surface and the mat. Exposure of turf reinforcement mats to the elements between laydown and cover shall be a. maximum of 7 days to minimize damage potential. install the turf reinforcement mat fabric in accordance with the plans. Construu1tn vehlctes will not be allowed to traffic directly on the fabric. Place and an^.".or turf :einroreen nt mal on a smooth graded surface approved by the Engineer. The turf reinforcement mat d*a;: be placed so that placement of the overlying materials will rant excessively stretch or leaf the fabric. Anchoring of the terminal ends of the turf relr'norcement mat shall be accornpltshed tiwough the use of key trenches or vtuns at the orest and The toe of tha slope, Suixesaiva itLN1 reinforcement mat sheets shall be over lapped so that the upstream sheet N placed aver the! downstream sheet and/or L psldpe over downslope. In underwater applimtIonss, the turf reinforcement mat and required t wrckriess of backfll material shall be placed the same day. The turf reinforcement mat shall be placed sa that placement of ft overtytng materials will not excessively stretch or tear the fabric. Overlaps when neeusaty shall be 12" minimum except when placed under water where lire overlap shall be a minimum of 36". Use securing pins to insure pmper anchc,°in�g of the fanrta, with securing pins spaced at 5' centers. Securing pins shall tie 3116' sfeel bars, painted at one and arri fabricated with a head to retain a steel washer Craving an outEkle diameter of not less than 1-112".. The pin length shall not be less than 19 U-shaped pins or special staples shall be an acceptable option, if approved by the Engineer. C. Overlapping shall join the turf reiriforcemeni: mat. Seams shall be subject to the approval of the Engineer. Damaged turf reinforcement mat shall be repaired with turf reinforcement mat patch, placed over the damaged area and extended 3' beyond the perimeter of the tear or damage. April 25, 2019 City Project No. 01419 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 99 99 00 - 23 SPECIAL TECHNICAL SPECIFICATIONS Page 23 of 23 4.00 MEASUREMENT AND PAYMENT Turf reinforcement mat shall be measured for payment by the square yard in place. Measurement will be the nearest square yard. No allowance will be made for material in laps and seams. Pa yment will be made at the contract unit price bid for "Turf reinforcement mat", which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with placing the turf reinforcement mat as shown on the plans. No measurement of, nor payment for, will be included for securing pins, and costs incidental thereto shall be included in the contract unit price bid for "Turf reinforcement mat ". Neither measurement nor payment for will be made for damaged fabric due to the fault or negligence of the Contractor. 9999.0390 CONSTRUCTION CONTINGENCY ALLOWANCE TO COVER COST OF IMPROVEMENTS NOT ITEAHZED ALL WORK COMPLETED UNDER THIS ITEM SHALL BE APPROVED BY OWNER IN WRITING. This item establishes a contract allowance to cover the costs of stormwater related items not identified in the plans or specifications and for which no bid item is included. No payment will be made under this item for any work identified in the plans and specifications. Written approval by the City of Fort Worth shall be obtained prior to commencing any work under this item. The payment to the Contractor shall be the actual cost of the work plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor. 9999.0391 — 11'xI V MBC Cast4n-Place This item shall include the preparation of detail drawings for construction of the I Pxl V cast -in - place multiple barrel culvert, signed and sealed by an engineer licensed in the state of Texas. Plans shall be submitted to the City of Fort Worth and Engineer for review, comment and approval. The construction of the culvert shall be performed in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004 Edition, Item No. 462, "Concrete Box Culverts and Drains". http:ZMp.dot.state.tx.us/PlbLtxdot- info/des/specs/specbook_ . 9999.0392 — TEMPORARY SPECIAL SHORING See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004 Edition, Item No. 403, "Temporary Special Shoring" for specifications governing this item. hV:;</flp.dot.state.tx.us/flub/txdot-info/des/sue slspecboc2k. df. . END OF SECTION SPECIAL TECHNICAL SPECIFICATIONS Parker Henderson Road April 25, 2019 City Project No. 01419 INTENTIONALLY LEFT BLANK APPENDIX GC-4.01 Availability of Lands NIA GC-4.02 Subsurface and Physical Conditions 0 Geotechnical Engineering Report for Parker Henderson Road, Prepared by JRB Engineering, dated November 6, 2016 o Addendum to Geotechnical Engineering Report for Parker Henderson Road, Prepared by JRB Engineering, dated December 4, 2014 Geotechnical Engineering Report Addendum for Parker Henderson Road, Prepared by JRB Engineering, dated December 13, 2018 GC-4.04 Underground Facilities NIA GC-4.06 Hazardous Environmental Condition at Site NIA GC-6.06.D Minority and Women Owned Business Enterprise Compliance ® Minority Business Enterprise Specifications GC-6.07 Wage Rates a CFW Horizontal Wage Rate Table (2013) ® CFW Vertical Wage Rate Table (2013) GC-6.09 Permits and Utilities ® USACOE Permit SWF-2015-00085 o City of Forth Worth Tree Removal Permit o City of Forth Worth Floodplain Development Permit GC-6.24 Nondiscrimination NIA GR-01 60 00 Product Requirements 0 High Sierra Electronics, Inc. quotation for removal of the City of Fort Worth's Advance Warning System (AWS) Devices CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK �CR4o0I AvailabR' ty ®f Lands T H RS .WAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECII'1CATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK GC-4002 Snbsurf° �e and Physical Conditions THIS PAGE LEFT HN7ENTIONS ALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK GEOTECHNICAL ENGINEERING REPORT ' PROPOSED PARKER HENDERSON ROAD RECONSTRUCTION PAVEMENT RECOMMENDATION'S FORT WORTH, TEXAS Prepared For: BRIDGEFARMER & ASSOCIATES, INC. 12801 NORTH CENTRAL EXPRESSWAY, SUITE 400 DALLAS, TEXAS 75243 ATTENTION: MS. LISA DEITEMEYER, P.E. NOVEMBER 2014 JRB PROJECT NO. 14-13784 ri ip� . JR P094 ► G I ►, E E i .L November 6, 2014 Ms. Lisa Deitemeyer, P.E. Sridgefarmer & Associates, Inc. 12801 North Central Expressway, Suite 400 Dallas, Texas 75243 Re; Geotechnical Engineering Report Proposed Parker Henderson Road Reconstruction Fort forth, Texas JRB Project No. 14-15784 . Dear Ms. Deitemeyer: Submitted herewith are the results of a geotechnical investigation conducted for the referenced project. This investigation was performed in general accordance with our proposal P-11181-13 dated November 21, 2013. Engineering analyses and recommendations for site grading, retaining wall foundations and pavements are contained in the narrative section of the report. Results of our field and laboratory investigation are submitted in detail in the Appendix section of the report. We appreciate the opportunity to be of service to you on the opportunity to provide the materials engineering services during the construction phase of this project. questions or need any additional services. Respectfully submitted, Richard L. Sanders, P.E. Senior Geotechnical Engineer Texas Engineering Firm License No. F-11302 W." ,1, MJ47't'�Etaari r{}#y r•F R SAW this project, and we would appreciate. testing and geotechnical observation Please contact us if you have any yA G. Scot Gordon, P.E. Technical Reviewer 8908 Amwwsmm Row, SUITE 4001 WALLAS, TEXAS 75247 1 OFFicE (214) 630-0022 TABLE OF CONTENTS Page EXECUTIVESUMMARY ........................................................................................ ..................... I 1.0 INTRODUCTION...................................................................................................................1 2.0 PURPOSES AND SCOPE OF STUDY.................................................................................1 3.0 FIELD OPERATIONS AND LABORATORY TESTING........................................................1 4.0 GENERAL SITE CONDITIONS............................................................................................2 4.1 Site Description .....:.......................... 4.2 Site Geology ..................................... 4.3 Subsurface Conditions ..................... 4.4 Groundwater .................................... ................................................................................ 2 ................................................................................ 3 ................................................................................ 3 ................................................................................ 3 5.0 ANALYSIS AND RECOMMENDATIONS.............................................................................4 5.1 Seismicity Site Class...................................................................................................:.... 4 5.2 Potential Vertical Rise...................................................................................................... 4 5.3 Subgrade Support............................................................................................................ 5 5.4 Reinforced Concrete Retaining Walls............................................................................... 5 5.4.1 Retaining Wall Backfill Recommendations and Drainage.....................................I....1 5 5.4.2 Retaining Wall Foundation Recommendations.......................................................... 6 5.4.3 Straight -Shaft Drilled Pier Foundations...................................................................... 7 5AA Construction Considerations for Drilled Piers............................................................. 8. 5.5 MSE Walls....................................................................................................................... 9 5.5.1 Wall Material Recommendations............................................................................... 9 5.5.2 Subsurface Preparation.....................................................t.................------------.-----...10 5.6. Pavement Recommendations.........................................................................................10 5.6.1 General Discussion.................................................................................................A0 5.6.2 Pavement Thickness Determination.........................................................................11 5.6.3 Construction Considerations for Subgrade...............................................................12 5.7 Recommendations for the Placement of Controlled Earth Fill and Subgrade...................13 5.7.1 Site Grading .............. ..:............................................................................. ............... 13 5.7.2 Preparation of Site....................................................................................................13 5.7.3 Fill Materials..............................................................................................................14 5.7.4 Lime Stabilization.....................................................................................................14 5.7.5 Density Tests............................................................................................................14 6.0 CONSTRUCTION OBSERVATIONS..................................................................................14 7.0 REPORT CLOSURE...........................................................................................................15 APPENDIX A Plate VICINITYMAP........................................................................................................................ A.1 GEOLOGYMAP..................................................................................................................... A.2 BORING LOCATION DIAGRAM............................................................................ ........ A.3 LOGSOF BORING...........................................................................................................AA-A.7 KEY TO CLASSIFICATIONS AND SYMBOLS........................................................................A.8 UNIFIED SOIL CLASSIFICATION SYSTEM........................................................................... A.9 SWELLTEST RESULTS ................................................................................................... A.10 APPENDIX B Page FIELD OPERATIONS............................................................................................................. B-1 LABORATORY TESTING..................................................................... .................................. B-2 APPENDIX C Plate LABORATORY COMPACTION CHARACTERISTICS OF SOIL (ASTM D698)....................... C-1 GRAIN SIZE DISTRIBUTION CURVE....................................................................................C-2 APPENDIX D (Data From Syntec Engineering Group August 2012) Figure/Plate LOGS OF BORING........................................................................ ......Fig 3-Fig 26 ...................... KEY TO SOIL SYMBOLS AND CLASSIFICATIONS ........................................................... Fig 27 LABORATORY RESULTS ...................................................... Fig 28, Fig 29 and Plate 1- Plate 4 GEOTECHNICAL ENGINEERING REPORT PROPOSED PARKER HENDERSON ROAD RECONSTRUCTION PAVEMENT RECOMMENDATIONS FORT WORTH, TEXAS EXECUTIVE SUMMARY Pavement Type: Portland Cement Concrete Pavement Thickness: Minor Arterial Street - 10 Inches Subgrade Preparation Options: Lime treatment should be completed to a depth of 8 inches. It is recommended to use 8% lime. Retaining Wall Foundations: Based on the soil boring information, we anticipate the retaining wall foundation subgrade could consist of sandy lean clay (CL). An allowable soil bearing pressure of 2,000 psf is recommended for" the retaining wall foundations bearing on these materials. This includes a safety factor of about 3 against a general bearing capacity. As an alternate, the retaining wall foundations can be supported on drilled piers bearing into the gray limestone encountered below 11 feet. GEOTECHNICAL ENGINEERING REPORT PROPOSED PARKER HENDERSON ROAD RECONSTRUCTION PAVEMENT RECOMMENDATIONS FORT WORTH, TEXAS 1.0 INTRODUCTION The project site is located at Parker Henderson Road between Pecos Street and Mansfield Highway in Fort Worth, Texas. The project consists of the re -construction of the existing roadway and includes approximately 676 feet of retaining walls on both sides of the road at Prairie Dog Creek. Also included is soil test data for the Articulated Concrete Block (ACB) to be used to stabilize some erosion at the creek. Site grading plans were not available at the time of this report; however, we assume maximum cut or fill depths of about 1 foot will be required to reach the final grade. A vicinity map and geological map are attached as Plates A.1 and A.2, respectively. The general location and orientation of the site are shown on the Boring Location Diagram, Plate A.3, in the Appendix section of this report. 2.0 PURPOSES AND SCOPE OF STUDY The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical recommendations for the design and construction of the pavements and retaining walls. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the foundation soils; and (3) perform engineering analyses, using field and laboratory data, to develop foundation design criteria. The intent of this investigation is to provide. geotechnical engineering pavement recommendations in accordance with the City of Fort Worth Pavement Design Manual (July 2012 Draft Document). 3.0 FIELD OPERATIONS AND LABORATORY TESTING Soil conditions were determined by drilling a total of four borings within the proposed alignment and sampling the subgrade for laboratory testing to complement previous borings presented in Project No. 14-15784 Page 1 August, 2012 by Syntec Engineering Group. The borings were advanced to depths of 10 to 20 feet below existing grade. The borings were completed using a truck -mounted drill rig in October 2014 and their locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the Logs of Boring, Plates A.4 through A.7. Keys to terms and symbols used on the logs are shown on Plates A.8 and A.9. A bulk surface sample to a depth of 1 foot was obtained from the slope of the creek at the location shown on Plate A.3 marked as Bulk Sample. A moisture density relationship was determined in accordance with test method ASTM D698 and is presented on Plate C.1 _ In addition an Atterberg Limits test and a gradation curve were performed to classify the material and are presented on Plate C.2. This data has been obtained to aid in the design of scour protection to be provided by others. Appendix D contains the boring logs (Figure 3 through Figure 26), Key to Soil Symbols and Classifications (Figure 27), laboratory test data (Figure 28 and 29), and Plates 1 through Plate 4 as presented in the August 2012 Syntec Engineering Group geotechnical report for this site. This data was used in conjunction with the data obtained from the JRB investigation. Laboratory soil tests were performed on selected samples recovered from the borings to confirm visual classification and determine the pertinent engineering properties of the soils encountered. Classification test results are presented on the Logs of Boring. The City of Fort Worth requires that unconfined compression tests be performed to determine .strength. We also performed percent swell (free swell) tests for three samples. The swell tests are presented on Plate A.10. Laboratory testing also included the measurement of soluble sulfates (Tex--145-E) within select samples of the soils and presented on the boring logs_ Descriptions of the procedures used in the field and laboratory phases of this study are presented in the Appendix of this report. 4.0 GENERAL SITE CONDITIONS 4.1 Site Description The site consists of the existing paved Parker Henderson Road between Pecos Street and Mansfield Highway that will be re -constructed and the existing roadway crossing at Prairie Dog Greek. Project No. 14-15784 Page 2 4.2 Site Geology Based upon the Geologic Atlas of Texas, Dallas Sheet and our borings, this site appears to be located within the Woodbine formation (Kwb) and the Grayson Marl and Main street Limestone undivided formation (Kgrn). Descriptions of the various strata and their approximate depths and thickness are shown on the boring logs. 4.3 Subsurface Conditions The subsurface conditions are indicated in detail for each boring location in the Logs of Boring. The stratification boundaries shown on the Logs of Boring represent the approximate locations of changes in types of soil and rock; in situ, the transition between material types may be gradual and indistinct. A brief summary of the stratigraphy encountered at the borings is given below. Based on the classification test results and visual inspection, borings RB-1 and RB-2 encountered about 2 feet of fill consisting of clayey sand gravel with limestone fragments. Below this fill, and from the surface the borings generally encountered fat clay (CH), lean clay (CL) and fine sand (SP- SM) to the termination depth of 10 feet at Borings R13-1, RB-2 and RB-4 and to the depth of about 11 feet at Boring RB-3. Gray limestone was encountered at a depth of about 11 feet and continued to the termination depth of 20 feet at Boring RB-3. The Plasticity Index of the samples tested ranged from 10 to 35, indicating low to high soil plasticity. A high plasticity Index is generally associated with a high potential for active clay soils to shrink and swell in response to with changes in soil moisture content. The measured moisture contents indicate the moisture is generally slightly lower than the Plastic Limit of the clay soils, indicating a relatively dry condition. 4.4 Groundwater The borings were advanced using auger drilling and intermittent sampling methods in an attempt to observe groundwater seepage levels. No groundwater was observed .in the borings during drilling and was not observed in the borings at termination of drilling. Fluctuations in the groundwater levels can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. It is difficult to predict the magnitude of subsurface water fluctuations that might occur based on short-term observations. The Project No. 14-15784 Page 3 possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismicity Site Class The site class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the soil conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Table 1615.3.2 of the 2012 International Building Code, we recommend using Site Class C (soft rock/stiff soil profile) for seismic design at this site. 5.2 Potential Vertical Rise Potential Vertical Rise calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method 124 E. The TxDOT 124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The Potential Vertical Rise (PVR) calculated using the TxDOT method and the conditions encountered at the borings would be on the order of 1 to 3 inches, based on in -situ soil being at a dry antecedent condition and existing site grades at the time of our drilling. At the time of drilling, the soils at the borings were generally in a dry condition. A design PVR of 3 inches should be used. Swell tests were performed on selected samples at variable depths. Results are presented in the table provided on Plate A.10, indicating swell percentages on the order of 0.8 to 5.3 percent. This generally equates to 2 to 3 inches of potential vertical movement. Since the Swell Ratio (SR) is greater than 1 in all samples, the site will require stabilization per the City of Fort Worth Design Standards. Soluble sulfates were measured in two samples to determine the potential for sulfates in the soils to cause heave reaction with lime. All of the results indicated soluble sulfate levels were near or below 100 ppm, well below the threshold of 3,000 ppm, which is considered the lowest level needed to create heave reaction based upon the City of Fort Worth Design Manual. Project No. 14-15784 Page 4 5.3 Subgrade Support The results of the unconfined compression tests indicate the subgrade strengths of the clay soils ranged from 3,970 psf to 7,980. For the anticipated subgrade soils we estimate CBR values of 4 to 5 based on soil classifications and engineering properties. For these subgrade soils we believe a resilient modulus of approximately 8,000 psi is realistic based on numerous correlation equations and the fact that this value is in line with numerous resilient modulus values actually measured in the lab for TxDOT highway projects in similar soil types across the Dallas/Fort Worth area. As previously discussed, the clays in this alignment will require stabilization. We recommend lime stabilization of the clay subgrade. Because the City of Fort Worth Design Manual does not provide guidance on determination of the composite modulus of subgrade reaction, k-value, for rigid design, we referenced the AASHTO Guide for Design of Pavement Structures (1993 Edition) and the conversion programs from the American Concrete Pavement Association (ACPA) to estimate the composite k-value. We used the subgrade modulus of 8,000 psi and an assumed modulus subgrade of 20,000 psi for 8 inches of lime -stabilized subgrade, to determine a composite k-value of 412 pci. 5.4 Reinforced Concrete Retaining Walls It is our understanding that retaining wall structures approximately 675 feet long may be constructed on both sides of the road at the creek. The wall is anticipated to be reinforced concrete or MSE walls. The retained height is anticipated to be 6 to 7 feet in height. A global stability and external stability was not performed at this time. These can be provided when the retaining wall details are available. These details are retaining wall top and bottom elevations, distance from roadway, back slope and slope of material in front of the wall, distance out from wall and depth of foundation. 5.4.1 Retaining Wall Backfill Recommendations and Drainage The retaining walls should be back -filled with free -draining granular material (sand or sandy gravel) with less than 5 percent passing the No. 200 sieve and a maximum particle size of 2 inches. An appropriate geotextile filter fabric should be placed between the free draining granular backfill and the native soil, to prevent the intrusion of fines into the granular backfill. Walls that are free to rotate can be designed using active earth pressure, while walls that are restrained should be designed using at -rest earth pressure. Equivalent fluid earth pressures for free -draining granular materials for active and at -rest conditions are 45 psf and 55 psf, respectively. Project No. 14-15784 Page 5 The granular backfill should be included within the zone extending back from the bottom of the base of the wall at feast 2 feet, and extending up from this point at an angle of 450 back from vertical (away from the wall) in order to use the recommended lateral earth pressures. Fill behind this zone can consist of -on-site clays and sands, placed and compacted as described in the "Recommendations for the Placement of Controlled Earth Fill and Subgrade" section of this report, below. To provide adequate drainage of the backfill material and prevent hydrostatic pressure on the wall, the wall backfill should be hydraulically connected to a drainage system such as weep holes and/or perimeter drains. To reduce the risk of seepage from the surface, the top 2 feet of the retaining wall backfill should be capped with compacted on -site clay and sloped away from the wall area. The recommended design lateral earth pressures do not include lateral forces due to applied structural loads, sloping backfill, and/or any other type of surcharge loading. Surcharge loads must be added to the lateral earth pressure load. Surcharges should be computed using a coefficient of 0.5 times the vertical surcharge pressure, applied as a constant lateral pressure over the full depth of the wall. 5.4.2 Retaining Wall Foundation Recommendations Based on the results for the Boring RB-3 nearest the retaining wall, we anticipate the materials at the bottom of retaining wall excavations could consist of sandy lean clay (CL) and may be calcareous and shaley. Limestone is encountered at a depth of about I I feet below the existing grade at the boring. Spread footing foundations constructed on suitable native clays can be proportioned using an allowable soil bearing pressure of 2,000 psf at a depth of at least 2 feet below the lowest adjacent grade, provided scour protection. is provided. These footings should have a minimum width of 24 inches. If no scour protection is provided, the bearing depth should be 4 feet. These bearing pressures are based on strength tests performed on the various soil materials encountered at the borings and our experience with shallow foundations on active clays in North Texas, and includes a safety factor of at least 3 against a bearing failure. If it is anticipated that the bottom could scour below the minimum footing depth, it will be necessary to either extend the footing excavation below the anticipated scour depth, or scour protection of the foundation will be required. Settlement due to consolidation of the native materials under the load of the retaining walls could be 1 inch or less, with differential settlements less than 3/ of the total settlement. Project No. 14-15784 rage 6 Foundations movements due to shrinking and swelling of active clays could be about 1 to 3 inches, based on a depth of seasonal moisture variation of about 12 feet. If necessary the retaining wall foundations can be supported on drilled piers into the gray limestone encountered at a depth of about 11 feet. The drilled pier foundations are outlined in the next section. Foundation excavations should be monitored and tested by the geotechnical engineer to verify conditions are as anticipated.. The foundation bearing surface should be free of loose material, debris, and standing water. The surface is prone to disturbance during construction, and foundation concrete should be placed as soon as possible after exposing the foundation bearing surface to reduce the risk of disturbance. Where disturbed materials or otherwise unsuitably loose or soft materials are encountered at the foundation bearing level, it will be necessary to extend the foundation excavations deeper to encounter firm material, or remove the unsuitable material and replace it with compacted fill. - Fill placement and compaction for foundation over -excavations should follow procedures and requirements as outlined in the Section 5.7. An allowable passive pressure of 500 psf per foot of depth can be used in .front of the footing key to resist lateral forces. The top 2 feet of soils should be ignored for passive pressure. This pressure is based on the face of the key excavation consisting of undisturbed native clays, or properly placed and compacted fill against the face of the footing or key. The allowable passive pressures cited above are based on a safety factor of at least 2, and assumes the backfill for the retaining walls will become submerged. 5.4.3 Straight -Shaft Drilled Pier Foundations A drilled pier foundation system extended into the gray limestone can be considered for support of the proposed retaining wall foundation. An allowable end bearing pressure of 45,000 pounds per square foot (psf) may be utilized for shafts bearing a minimum of 2 feet into competent gray limestone. An allowable skin friction resistance of 6,750 psf may also be utilized in the gray limestone below the minimum penetration of 2 feet. The gray limestone was encountered at a depth of about 11 feet. Drilled piers should have a minimum length of 4 times pier diameter. Drilled pier foundations designed and constructed in accordance with the recommendations in this report should experience settlements of less than inch. Project No. 14-15784 Page 7 The uplift force on the piers due to swelling of the active clays can be approximated by assuming a uniform uplift pressure of 800 psf acting over the perimeter of the shaft to a depth of 12 feet, or to limestone, whichever is shallower, Uplift forces should not be developed on piers penetrating through the select fill. The shafts should contain sufficient full length reinforcing steel to resist uplift forces. The uplift force can be resisted by the dead load on the shafts plus the allowable skin friction resistance in the portion of the shaft embedded in the gray limestone described above. For constructability, we recommend a minimum shaft diameter of 18 inches. Adjacent piers should have a minimum center -to -center spacing of three pier diameters (based on the larger pier) to utilize the skin friction resistance presented above. Reduced pier spacing could result in reduced resistance to uplift forces and gravity forces. We should be contacted to review reduced pier spacing on a case -by -case basis. 5.4.4 Construction Considerations for Drilled Piers The construction of all piers should be observed by experienced geotechnical personnel during construction to assure compliance with design assumptions and to verify: (1) the bearing stratum; (2) the minimum penetration into gray limestone; (3) the removal of all smear zones and cuttings; (4) that groundwater seepage, when encountered, is correctly handled; and (5) that the shafts are vertical (within the acceptable tolerance). Groundwater seepage was not encountered during drilling, however temporary steel casings should be anticipated to control seepage and caving of variable materials and conditions. The casing should be seated in the limestone below the seepage, and all water should be removed from the shaft excavation before beginning the design rock penetration. Any portion of the limestone above the bottom of the casing should be neglected in the design penetration. Reinforcing steel and concrete should be placed immediately after the excavation has been completed, dewatered, cleaned, and observed. Concrete should be placed in the shafts immediately after excavation to reduce the risk of groundwater seepage and deterioration of the foundation -bearing surface. In no event should a completed pier excavation be allowed to remain open for more than 8 hours. Project No. 14-15784 Page 8 Concrete should have a slump of 5 to 7 inches, and should not be allowed to strike the shaft sidewall or steel reinforcement during placement. Submersible pumps may be required to control seepage. We should be contacted for further evaluation and recommendations if excessive groundwater seepage occurs. 5.5 MSE Walls The following recommendations are application for the use of retaining walls constructed as MSE walls. 5.5.1 Wall Material Recommend atiori s The reinforced zone of the MSE wall should consist of Item 423 Type B select backfill as specified in TxDOT's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. In areas within 100-year flood zone, Type D backfill material should be used below the flood level. Type B can be used above the flood level. Materials to be used for the reinforced zone should be tested to verify that they meet the following requirements as well. Reinforced Zone Bacldill Specifications Plasticity Index I Less their; g Soluble Sulfate {Tex-145-E) Less th-an 1000 ppin Type B Backfill Type D BacVill - — F'rti An ngon le _ -- 34 degrees (minimum) - Friction Angle 34 degrees (minimum) 3-inch Sieve 100% passing 3-inch Sieve 100% passing No. 40 Sieve 60% passing (maximum) 3/8-inch Sieve 15% passing (maximum) No. 200 Sieve 15% passing (maximum) TxDOT's Item 132 Type C material should be used in the active earth pressure zone behind the reinforced zone of the MSE wall. The active earth pressure zone is defined as the area behind the reinforced zone extending horizontally to a minimum distance of 2 feet from the base of the reinforced zone and then sloping up at a 1H:1V outward slope to final grade. The 132 Type C materials should be capped with a minimum 2-foot layer of compacted clay, sloped to drain surface water. TxDOT's Item 132 Type C material should have a minimum friction angle of 30 degrees. Project No. 14-15784 Page 9 Fill material should be properly placed and compacted to the requirements specified in Table 2 of Section 132 in TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Compaction adjacent to the wall should be performed with hand -operated tampers or with lightweight compactors. Over -compaction may cause excessive lateral earth pressure that could result in wall movements. - Where new fill is placed on existing slopes that are steeper than 6H:1V, new fill should be benched into the existing slopes to provide a minimum bench -key width of 5 feet. The bench height should not exceed 2.5 feet_ 5.5.2 Subsurface Preparation . Based on Boring RB-3, the subgrade at the MSE wall foundation level is anticipated to consist of native sandy lean clay (CL). The MSE wall foundation subgrade should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic -tire equipment to locate areas of loose or soft subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to placement of any fill and after subgrade construction is complete. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with 423E material or moisture conditioned (dried or wetted, as needed) and compacted in place. After proofrolling, the exposed subgrade soils should be scarified as necessary, moisture - conditioned to near optimum moisture content and compacted to the requirements specified in Table 2 of Section 132 in TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 5.6 Pavement Recommendations 5.6.1 General Discussion Based on the conditions encountered in our borings, anticipated traffic loading conditions, City of Fort Worth Pavement Design Standards, and our local experience, the pavements should consist of Jointed Reinforced Concrete pavement (JRCP) supported by lime stabilized subgrade. Recommendations for pavements, drainage, and subgrade stabilization are described in the following sections. Project No. 14A5784 Page 10 5.6.2 Pavement Thickness Determination The street analyzed during this investigation is shown on the attached Boring Location Plan, Plate A.2. Pavement recommendations are based on the assumed loading conditions and design procedures outlined in the City of Fort Worth Pavement Design Standards Manual for a minor arterial street for the design life of 30 years. The following information and assumptions were used in our analysis: (1) 300,000 annual equivalent single axle (ESAL) repetitions for minor arterial streets; (2) A 2.5 percent traffic growth factor for arterial streets; (3) A design life of 30 years for arterial streets, resulting in a design ESAL of 13,170, 811.; (4) Drainage coefficient; Cd = 1.0 (5) A reliability of 90 percent for minor arterial streets; (6) A standard deviation of 0.39 (7) A concrete modulus of rupture of 620 psi; (8) A concrete modulus of elasticity of 4,000,000 psi; (9) Load transfer coefficient of 3.0; (10) Initial serviceability, po, of 4.5 and a terminal serviceability, pt, of 2.0 for concrete pavements; (11) A composite k-value of 412 pci based on laboratory test results of subgrade soils and 8 inches of lime stabilized subgrade, with a Loss of Support of 0.0. The pavement thickness determinations were performed in accordance with the "AASHTO Guide for the Design of Pavement Structures (1993 edition)" guidelines and the WinPAS software. (Appendix C) The recommended pavement sections, based on the guidelines, are presented in Table 1: Table 1. Recommended Rigid Pavement Sections �vlateri�l ' 10.0 ,]RCP Concrete Thickness, inches Lime Stabilized Subgrado, inches 8A Project No. 14-16784 Page 11 Required 28-bay Compressive Strength of 3,600 Concrete, psi A minimum thickness of eight (9) inches of JRCP is required for minor arterials per the City of Fort Worth design manual. The recommended thicknesses exceed this minimum largely due to the high traffic volumes for a 30-year design, the measured subgrade support, and drainage characteristics. The concrete pavement should have between 4 and 6 percent entrained air. We recommend a 3,600 psi compressive strength concrete be used to provide a 620 psi modulus of rupture, per the design. The contractor should confirm the relationship between modulus of rupture and compressive strength if they do not plan to perform modulus of rupture testing. Hand -placed concrete should have a maximum slump of six inches. A sand -leveling course should not be permitted beneath pavements. The concrete shall conform to the requirements of Fort Worth Special Technical Specification (STS) STS-035. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to the City of Fort Worth Pavement Design Standards. We anticipate the concrete will be jointed reinforced concrete pavement (JRCP); designed in accordance with Part II — Section 3.4 of the AASHTO Design Guide, except maximum spacing for number 3 reinforcing bars shall be 24 inches center to center: If larger bars are desired, the maximum spacing shall be 36 inches center to center. The stabilization should consist of an 8-inch layer of lime -stabilized subgrade. The reader should understand that lime stabilizing the upper 8 inches of the subgrade soils will not reduce the shrinking and swelling of the subgrade, which normally occurs with the seasonal moisture fluctuations. Therefore, some differential vertical movements of the pavements should be expected. 5.6.3 Construction Considerations for Subgrade We expect clays will be encountered during site grading, utility installation, and other general excavation. All excavations should be sloped, shored, and shielded in accordance with all OSHA requirements. Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away Project No. 14-15784 Page 12 from any foundation or paved surface should be provided. fn addition, ditches or swales should be provided to carry the run-off water both during and after construction. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. If granular material is used for embedment in utility trenches, we recommend placing a clay plug, as a replacement for the granular embedment, at the location where the city line is located, at the location where the utility enters the pavement and at other connections. The intent is to stop any free moisture from passing through the granular embedment and entering the soil beneath the pavement. 5.7 Recommendations for the Placement of Controlled Earth Fill and Subgrade 53.1 Site Grading Site grading operations, where required, should be performed in accordance with the recommendations provided in this report. The site grading plans and construction should strive to maintain positive drainage around all sides of the pavement. 5.7.2 Preparation of Site Preparation of the site for construction operations should include the removal and proper disposal of all obstructions that would hinder preparation of the site for construction. These obstructions should include all abandoned structures, foundations, utilities, debris, water wells, septic tanks, and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. All concrete (including old asphalt pavement and base), trees, stumps, brush, abandoned structures, utilities, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. After stripping and any cutting operations, the exposed clay subgrade should be proofrolled (under the observation of JRB personnel) with a loaded, tandem -axle dump truck weighing a minimum of 25 tons or other heavy, rubber -tired construction vehicle to locate any zones that are soft or unstable. The proofrolling should consist of several overlapping passes in mutually perpendicular directions over a given area. The subgrade in areas where rutting or pumping Project No. 14-15784 Page 13 occurs during proofrolling should be removed and replaced with suitable fill, as described below, if it cannot be compacted in place. 5.7.3 Fill Material's Fill used to raise the site grades in the pavement areas should consist of materials as described in the City of Fort'Worth Pavement Design Standards Manual (Item STS-003). The fill should be placed in 8-inch loose lifts and compacted between 95 and 100 percent of its maximum Standard Proctor (ASTM D698) dry density at a moisture content of at least 2 percentage points above its optimum value. 5.7.4 Lime Stabilization After the pavement subgrade has been cut or filled to the design elevations, the subgrade soils should be lime stabilized to a depth of eight (8) inches and compacted to a minimum of 98 percent of their maximum Standard Proctor dry density (ASTM D698) at a workable moisture content above optimum. We recommend that the subgrade soils be stabilized with 8% lime (48 pounds per square yard for a 8-inchthick stabilized layer). It is not necessary to lime stabilize pavement subgrade that consists of limestone, if encountered; however, these areas should be over -excavated a minimum of 6 inches, crushed to meet fill requirements as given in the "Fill Materials" section of this report, and compacted in -place to pro.yide more support. of the pavement section. Lime stabilization should be in accordance with Item STS-024 of the City of Fort Worths Pavement Specification and Item 260 of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges (1993). Because the cut and fill operations can change the existing subsurface soil conditions, the actual percentage of lime should be confirmed by laboratory tests at the time of construction. At this time, it is also advisable to perform soluble sulfate testing to determine the potential for sulfate -induced heave. 5.7.5 Density Tests Field Density tests should be made by the Soils Engineer or his representative. Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to obtain the specified compaction. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount Project No. 14-15784 Page 14 of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. Therefore, it is recommended that JRB Engineering Services, Ltd. be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the .project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non -expansive earth fill pads, and other such subsurface -related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers, and the geotechnical engineer. 7.0 REPORT CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. if there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Project No. 14-15784 page 15 Further, it is urged that JRB Engineering Services, Ltd., be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report and such other field observations as might be necessary. This report has been prepared for the exclusive use of Bridgefarmer & Associates, Inc., the City of Fort Worth and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended. Project No. 14-15784 Page 16 APPENDIX A I�Jlpnla rrev�'I , i GC S Ui f l , -1i�4mom late Don-u d Hardrjrni�n'A yak -- -287a fp CA 4 dew con-- Gldekvra.wN �;t p I F3r�r ' ►Jx f I - - � r1,�,•,�r 51 _ r f��r 1 {urrirnq 00 — — —0; Krox St I La ell PQ[ u a Sl I kj5. 1 i I fl.I{eIM, �,#rr� s1 hcarmor% St , I I 287 rr I L KaRonbri II Ind �II' l undprs Ro = Em I I' nsson RdLl f � i II - I� ` _ I JpI� R R1�sl ltrrg 31� r�1 Sr 7 I i'kr=' IwflIIIptp! I 2B Ic�,w4kll'1t1A '� �I�r� St 1 h,lrar9hell ELM�1 Fuloon Dr i I I piq St _ oaf TYmhr4r Dr ME Sr k — I — IL Foreal Hill ; �Nmi- Pkw4y — — — lc V9 o 0.1-lickcry To 4 I I ��rpi�lx�dllr SCkLE;I�:; 'wral=�_u Fr.{ v` �ril I �fL'iJ{IlAfE)�r . - GTPVP4jrrk PLATE A.1 PROJECT NO: 14-15784 VICINITY MAP FILE NAME: 1415784.DWG j E3 PARKER HENDERSON ROAD DRAWN BY: FP DATE: 10-30-14 RECONSTRUCTION REVISED BY: DATE: PARKER HENDERSON RD BETWEEN PECOS ST & MANSFIELD HWY REVISED BY: DATE: t N G i N E 1= F,' 1 N G FORT WORTH, TEXAS - APPROVED BY: IRS DATE: 10-30-14 �'� � �'.7k- { l� ,.¢ ��` I I * q � ! I i : J •r'��. .. r 5 .� � it {. Gr •" 1�7'kl 4' -} Ly ��r •}'. j! � � .� "Y� w ' _ i �ri'�F�rif15 i4" —It 1 ?`� L �� J t •.� a I"..' -' r�II. �-J'. 4�, LN — +,� If y • \ F �� � 4��' ors �'x�,y;., - ' ram. ��iQ -- - 1� O f f. 1- „#' '�. -# • ' t - •' •- ' �� < - WA k t # —_ J gm v k T�{ � }k�Cl HI it — I ' {" "�ll�!illtl.l: '• '� 1-511 rL t J, PLATE A.2 PROJECT NO: 14-15784 GEOLOGY MAP FILE NAME: 141b784.DWG FZ PARKER HENDERSON ROAD DRAWN BY: FP DATE: 10-30-14 RECONSTRUCTION REVISED BY: DATE: PARKER HENDERSON ROAD BETWEEN PECOS STREET & MANSFIELD HWY REVISED BY: DATE: 1E P4 G k NI—_ I—_ FZ I G FORT WORTH, TEXAS APPROVED BY: RS DATE: 10-30-14 m f A WILLOW SPRINGS RD OLD BLUE CIR BULK SAMPL RB--2�{ GAS WELL B-23 DAVID STRICTLAND-RD y B-22 B-21 p B-20 B-19 ARAPAHO ST B-18 F w PUMA 57 B CROWST joy S€ CHEYENNEST BRANDY ST ' ANOREAST IX LEGEND ' PREVIOUS INVESTIGATION CURRENY In[VEST[GgTION B-16 WILLOW OR MAPLE TERRACE DR B-12 I N H-1(I LIFESTYLE GIR I M B-7 B-6 B-5 •B4 S-3 MAXEY RD SCALE: NTS PLATE A.3 PROJECT NO: 14-15784 BORING LOCATION DIAGRAM FILE NAME: 1415784.DWG PARKER HENDERSON ROAD DRAWN BY: FP DATE: 10-30-14 RECONSTRUCTION PARKER HENDERSON ROAD BTWEEN REVISED BY: DATE: PECOS STREET & MANSFIEL.D HWY REVISED BY: DATE: E NC,- 1 N tr E Ft 1 IV G FORT WORTH, TEXAS APPROVED BY: RS DATE: 10-30-14 Project No. Baling No. Proposed Parer Henderson Road Reconstruction 14-15784 Fort Worth Texas Fv �" '� IB Location Water Observations (feet) While Drilling Not. Encountered Completion Completion Immediately After Boring Completion Not Encountered Depth 1 fl.Or Date 10_1$•-14 aNGINME:RI N G Approx. 24 hrs After Boring Completion MPnqiirPrI Sulfate Elevation "type CFA O s a u m o w o w �U- 33 6 rn 01 c °o a Stratum Description o m in a s a U cm f a �; y9 �. -� y. -x Na Nc �,4 a °uE,F Lid LL' 0.1C U LnF- 0 2 afA O' JJ N i aJ s0 i7 d O O 20 i U 0a G O y �U n ►,� FILL: CLAYIGY SAND and GRAVEL - dark brown 3.00 26 22 12 10 9 and gray, with limestone fragments FAT CLAY (CH) - firm to hard, gray, yellowish 2.75 17 112 3970 brown and reddish brown 4.00 57 52 17 35 17 5 LEAN CLAY (CL) - hard, light gray and yellowish 3.25 14 122 7650 brown, calcareous 4.00 17 10 Boring Terminated at 10 Feet LOG OF BORING NO. RB- 1 Plate A.4 Project No. Boring No. Proposed Parker Henderson Road Reconstruction 14-15784 RB- 2 Fort Worth Texas Location Water Observations (feet) F70077—* EB While Drilling Not Encountered Completion Completion Immediately After Boring Completion Not Encountered —� Depth 10 0, Date 10-1i3-14 ` N A rox. 241►rs AtierBoring Completion Surface Elevation Type' O LL Si v, p - LL N N CP C 0 W R Stratum Description p m m o o W� E g In - w -x = oa W ai W LL U (a to is c6 'G -�2 O O ' v C O Y ix a. R N h a co 1 1 E, .! rL V 0 a D U Q ;� FII L: CLAYESC SAND and GRAVEL -dark brown 1.75 37 40 1$ 22 22 to brown _ soluble sulfates < 100 ppm LEAN CLAY (CL) - fum to very hard, brown to 1.75 17 111 4370 brown and yellowish brown, with limestone gravel 4.5+ 10 5 FINE SAND (SP-S" - medium dense, brown to N 32 5 yellowish brown, with silt, poorly graded N 28 6 NP NP NP 1 N-30 2 10 goring Terminated at 10 Feet M _O i- L1 W Z 0 a C7 a m m a a LOG OF BORING NO. RB- 2 Plate A.5 Project No. Baling No. ]proposed Parker Henderson Road Reconstruction 14-15784 RB- 3 Fort Worth, Texas Location Water Observations (feet) While Drilling Not Encountered Completion Completion Immediately After Baring Completion Not Encountered Depth 20.0' Date 10.18-14 App.. 24 hrs After Boring Completion � N G- I N E E: R I N 0 Surface Elevation Type CFA au o c mU) 3 3 z a di a' Q U3 Stratum Description onm �o a �, o 5 r �, :3o U c� F a m� �" w= u m t'c �E w 0 p U m aE E ma o o i c a y MW Nh a.ip -1-1 a.J (L U 0 a DU sl 5 10 SANDY LEAN CLAY (CL) - very hard to hard, light brown to yellowish brown, with limestone fragments brown to yellowish brown and gray shaley - calcareous 4.5f , 45 33 13 20 13 N=50/5 5 N=76 6 N=64 12 14=50/5.7"73 32 14 18 11 N=50/4 12 8 15 LIMESTONE - gray 100/1.75" I 100/1" i 100/0.75, 20 Boring Terminated at 20 Feet LOG OF BORING NO. RBd 3 Plate A.6 Project No. Boring No. Proposed Parker Henderson Road Reconstruction 14-I5784 R-B- 4 Fort Worth Texas FW17 Location Water Observations (feet) While Drilling Not Encountered Completion Completion [mmediately After Baring Completion Not Encountered Depth Debi Date I0_18_14 E 3 ftit E ER ! N Cy A prox.24hm After Boring Completion Surface Elevation Type CFA _ o o U a c o 8 Y'� N`a �' m o 'in 74 � f;'rilit�o� o o a o U zt c 0 a A Y Jtr`6�tu1JeO �] m 4 v L LJ a s Q V m .� a' N W "a O Q L' 6 C O N Q.' a.0� fAI.- 0.N _fJ a.J b G U o a U O. LEAN CLAY (CL) - hard to veiy hard, brown to 4.5+ 15 117 7980 yellowish brown, with limestone fragments 4.5+1 77 45 16 29 10 - with sand seam, soluble sulfates=100 ppm 6 - light brown to yellowish brown and gray 4.5+ 13 5 LEAN CLAY (CL) - very hard, yellowish brown N 26 16 and gray, with calcareous nodules, shaley 4.5+ 97 48 18 30 18 10 Boring Terminated at 10 Feet a m o_ F- O (7 z Z O ff 0. d' w n V 02 LOG OF BORING NO. lB- 4 7 Plate A.7 SOIL OR ROCK TYPES 1 '� goad CLAY ® E9SAND-WELL GRADED ENC-a1N EE F21 NG FAT CLAY ® LIMESTONE -WEATHERED ® LEAN CLAY ..:;r;-" CONCRETE SANDY CLAY M&A. FILL Shelby; Auger Split ®GRAVEL LIMESTONE Tube spoon CLAYEY SAND CLAYEY GRAVEL LEI SHALE MARL SAND -POORLY GRADED ® SILT Rock Cone No Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (more than 50°1 Passing No. 200 Sieve) Consistency Penetrometer Reading, (tsf) Unconfined Compression, (psf) Very Soft < 0.5 < 1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard > 4.0 > 8000 Coarse Grained Soils (More than 50 % Retained on No. zoo sEeve) Penetration Resistance Descriptive Item Relative Density (Blows I Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different sail types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered doted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIF[CATION AND SYMBOLS PLATE A.8 Grp. Laboratory Classification - Major Divisions Sym Typical Names Criteria JFRE3 Well graded gravels, i GW -o ENGIN�f21NG VY gravel -sand mixtures, > o little or no fines z � 1D30� L CIO CU ---- greater than 4: C�= ------ between 1 and 3 � a°, Poorly graded gravels, � q° D°x A p60 o v GP gravel -sand mixtures, o o Not meeting all gradation requirements little or no fines for GW o > cn m o z E2 o 1�r N N (D "- o Silty gravels, gravel - ; cvn Liquid and Plastic limits Liquid and plastic o ° z a GM limits plotting in 1= sand -silt mixtures N �, 2 below "A line or P.l. a) r c o cn hatched zone ro o greater than 4 N between 4 and 7 n0' Z �: :> :L Liquid and Plastic limits are borderline m 0 � Clayey gravels, gravel E C (D cases requiring use 6 L o GC " �? a above A line with P.J. g g m ¢ - sand - clay mixtures �' reater than 7 of dual symbols w �, UI C4 N N to L 7 Q7 O E Eca v m _� Well graded sands, M W U �° D� z SW gravelly sands, little or uJ - greater than 6: �_ ------ between 1 and 3 QxD a N W o no fines @ °° Poorly graded sands, o m Not meeting all gradation requirements v SP gravelly sands, little or W o U for SW no fines �, CL p 4 O (Ti Q N 4)E � ; Silty sands, sand silt Liquid and Plastic limits Liquid and plastic t SM mixtures a °co O a. below "A" line or P.J. limits plotting M c. Q 0 W '- N less than 4 between 4 and 7 Q O N O �U N � 'D V) p a) mow are borderline aD w Q _ u7 Liquid and Plastic limits cases requiring use o -a C1 o Clayey sands, sand E N � Q SC clay mixtures °' a 0 above "A" line with P.I. of dual symbols � � y o greater than 7 Inorganic silts and very fine sands, rock flour, silty or mM L clayey fine sands, or clayey 60 — silts with slight plasticity C3 Inorganic clays of low to N = CL medium plasticity, gravelly Z clays, sandy clays, silty 50 tff clays, and loan clays CH � � J Organic silts and organic OL silty clays of low plasticity w 40 m � O Z -0 E Inorganic silts, micaceous as MH or diatomaceous fine sandy 2 30 L ' or silty soils, elastic silts ¢ OH and MH "L w U Inorganic clays of high 20 m c: E CH plasticity, fat clays AZ CL OH Organic clays of medium to 10 high plasticity, organic silts �o ML, and OL c� 0 10 20 30 40 50 60 70 80 90 100 _`� Peat and other highly 0 0) CD 0 Pt organic soils LIQUID LIMIT T 0 PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.9 SWELL TEST RESULTS Geotechnical Engineering Report Parker Henderson Road Reconstruction Fort Worth, Texas Rone Project Number: 14-15784 Bflrin G,— Depll� fftj Liguld Limit Plastic Limit Pla!MCKy Index Initial MC(°,j Final M°lj Load {p,f°#,] Swint RB. 1 4-6 52 17 35 17 18 625 1.2 RB- 3 0-2 33 12 21 12 13 125 0.8 RB- 4 2-3 45 16 29 11 19 313 5.3 Plate A.10 APPENDIX B FIELD OPERATIONS Subsurface conditions were defined by four sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were drilled at locations staked in the field by JRB. The borings were advanced between sample i.ntervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring, Plates A.4 through A.7. Sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented on Plates A.8 and A.9. Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general accordance with ASTM D1587 at the locations shown on the Logs of Boring. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to maintain "in situ" moisture content. The consistency of cohesive soil samples were evaluated in the field using a calibrated hand penetrometer. In this test, a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample depths on the log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of granular and cohesive materials were obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel -sampling spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. B-1 The limestone encountered was evaluated using a modified version of the Texas Cone Penetration test at selected locations. Texas Department of Transportation � �TxDQT) Test Method Tex-132 E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140- pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven I foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. In hard materials (rock and -rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows_ The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Groundwater observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the boreholes were backfrlled from the top and patched at the surface. B-1 LABORATORY TESTING General Laboratory tests were performed to define pertinent engineering characteristics of the soils encountered. The laboratory tests included moisture content, Atterberg limits determination, free swell tests, dry unit weight, unconfined compression, gradation, and visual classification. Classification Tests Classification of soils were determined by natural moisture content, gradation (percentage of material passing through a standard U.S. No. 200 sieve) and gradation curve (presented on Plate C.2), and Atterberg limits determinations. These tests were performed in general accordance with the American Society for Testing and Materials (ASTM) Procedures. The Atterberg limits and natural moisture content determinations are presented at the respective sample depths on the Logs of Boring. Free Swell Tests Selected samples of the near -surface cohesive soils were subjected to free swell tests. In the free swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. The tests were generally performed on samples with moisture contents at or below the Plastic Limit. Test results are recorded as the percent swell, with initial and final moisture content. Free swell test results are presented on Plate A.10. Strength Tests Unconfined compression tests were performed on selected samples of cohesive soils. In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs.. Test procedures were in general accordance with procedures outlined in ASTM D 2166. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. Results of the unconfined compression tests shown, together with pertinent classification data for each sample, are presented on Plates A.4 through A.7. B-2 These results were correlated with CBR and resilient modulus values, then correlated to k-values, for pavement thickness design. Soluble Sulfate Tests Selected samples of the near -surface cohesive soils were subjected to soluble sulfate tests (TEX-145-E). In the soluble sulfate test, a sample is tested to determine the amount of soluble sulfates present in the soil solution with results reported as parts per million. Laboratory Compaction Characteristics of Soil (Proctor Curve) A bulk surface sample to a depth of I foot was obtained from the slope of the creek at the location shown on Plate A.3 marked as Bulk Sample. The moisture density relationship was calculated by test method ASTM D698 and is presented on Plate C.I. 13-z APPENDIX C Laboratory Compaction Characteristics of Soil Client Name: Project Name: Location: City & State: Bridgefarmer & Associates, Inc. Parker Henderson Road Reconstruction Parker Henderson Road Fort Worth, Texas Source Material: Bulk Sample 0 to 1 foot Sample Description: Brown Clayey Sand, SC A-2-6 Project No. ' �S F73 E N (--IN l E R I N 0 8908 Ambassador Row Dallas, Texas 75247 (214) 630-0022 14-15784 Date: 11/4/2014 TEST RESULTS Maximum Dry Unit Wt: Optimum Water Content: 111.2 pcf 15.0 % Material Designation: Sample date: 10/21/2014 Liquid Limit: 30 Plastic Limit: 15 Test Method: ASTM D698 Plasticity Index: 15 Test Procedure: Method A % passing #40 sieve: 82.9 Sample Preparation: Wet Preparation % passing #200 sieve: 26.1 Rammer: x Mechanical Manual Reviewed by: XC .Zero air voids for specific gravity of 2.70 Plata CA -Tu l2 2 'Z � . a m §A � w E � z ( / � (\ 2 (\ /) 2 )j 4 { « < ƒ § co J z § % g ,[ w z ) e m = { e § � E ) q = m / @ 3 CwL � � \ § ) ) \\ _ N ) / f \ / 0 §z § 03 § a E U 3. 3 \ ° E E � \ � \ a w° ; \ ƒ § ƒ § ( � § §t § >\ (@ p @ 8 G G 8 S C R ? @ G 2 § %3N B APPENDIX D LOG OF EXPLORATORY BORING PAGE 1 OF 1 .lob Number: 112-610 Boring No.: 0-1 Project: Parker Henderson Reconstruction Boring Location: See Flan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27112 Date Completed: 6127/12 Drill Type: Continuous Sampling Groundwater: AM --- Static: --- Ground Elev.: Not Surveyed Standard j Shelby Tube Water Level Split Spoon ATD 9 Stalla Water E Table 0.`'ro o �� �� o a N `m n SOIL DESCRIPTION A9 7apProxlmately'12Inches thick 5 10 reddidh brawn to I P=1.5 1 19 I 1 27 f 15 112 tan and gray, P=2.5 1 17 1103 P=2,5 1 21 - hard below 6 feet P=4.5 1 16 P=4.5 1 17 Bottom of Borinn 0 10 2 ntech Engineering, Inc. ' - Figure-3 H LOG or E PLO TORY 130RIMG PAGE 1 OF 1 Job Number: 112-610 Boring No.: 2 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Cate Started: 6127/12 bate Completed: 6127/12 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed standard Water level 3 01 M spilt spoon ®SMelby i uha ATD ro SOIL- DESCRIPTION approximately 5 Incites thick, foil - hard below 4 feet 5 dark brown to brown, stiff 10 Bottom of Boring Qa 10 ti' c Static Water - p $ Table m o �v J a� a a On _E� M On w 17 Inches road reddish brown t'=1.5 8 P=3.0 1 14 P=4.5 1 14 1 1 48 1 20 1 28 P=4X 1 14 P=4.5 1 14 yntech Engineering, Inc. Figure-4 [YJ_GG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: B-3 Project: Parker Henderson Reconstruction Boring Location; See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27/12 pate Completed: 6/27I12 Drill Type: Continuous Sampling Groundwater: AM --- Static: --- Ground Elev.: Not Surveyed d StanarU ® S�Shelby Tube Spa Water Level ATD 3 o � CL soon ,� -0 p n us w Static Water .Bon m '_ .. V 1- x o t?Z'U mLL a 'a Table c a� D Q._ J_ 10� U {7 i U R ..� J f3. `. Z (A � SOIL DESGRIPTION F-� ASPHALT ao,roxlmately 0-112 inches thick. 5 SILTY CLAY (CLl tan and gray, hard - very stiff at 7 feet SAND fSP,j tan, Ic 10 Bottom of Boring @ 10 !4 reddish brown P=0.5 1 9 P=4.5 1 i 5 P=4.0 1 13 P--3.0 1 14 1 115 1 59 l ?g 1 37 1 1 3 P=0.5 1 6 Engineering, Inc. I I— Figure-6 LOG OF EXPLORATORY BORING PAGE 1 OF 1 �A Job Number. 112-610 Boring No.. Project: Parker Henderson Reconstruction Boring location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6127/12 Date Completed: 6/27112 Drill Type: Continuous Sampling G d t ATD' --- Static --- Ground Elev.: Not Surveyed roan vVa er. m Q ®Standard Shelbyiube Split Spoon � � M 41 2 E O C7 U SOIL DESCRIPTION ,nsPHALT.. aonrox€mateiv 7-1f2 Inches thick. 5 - hard below 8 feet tan and gray, stiff 10 Bottom of Boring @ 10 9 N ti Water Level o ATD Static {Hater Table coma 2i s U3� 2 U Gl V? ZE—R t- brown P=•a.o 1 s P=2.0 30 17�3.0 15 P�4.5 11 171141 3 P=4.5 i 11 i i '35 i 17 1 18 h Engineering, Inc. Figure-6 LOG OF EXPLORATORY BORING PAGE I OF 1 i Job Number: 112-610 Boring No.: May Project: Parker Henderson Reconstruction Boring Location. See Plan of Borings Address: From Business US 287 to David Strickland Date Started:: 6/27/12 date Completed: 6127/12 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed f�7 Standard Shelby Tube m v v �j Split Spoon 06 LL Gi Lo CL E C7 (n SO11- DESCRIPTION Ate', approx€mately 7-Il2 Inches #h1ok. SILTY CLAY �QL) tan and gray to reddish bi 5 TO Bottom of tan and gray, very dense Water Level ATDou, Sufic Water ILC al U wv v U k O C Fable r c a! .oc ❑tLi — m= 0.E mcu o c� a o. 2U Z. za P=4,5 1 8 P=4.5 I 19 P=4.5 1 5 P=4.5 1 11 N=5013.0" 1 4 25114111 yntech Engineering, Inc.--• --' ' Figure-7 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: B-6 Project: Parker Henderson Reconstruction Boring Location: See flan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27/12 Date Completed: 6127112 Drill Type; Continuous Sampling Groundwater: ATD: - Static: --- Ground Elev.: Not Surveyed A 10 Water Level gA Standard Shelby Tube � b,F a Sala Spoon ATB SOIL DESCRIPTION mately 7-112 inches thick and 4 Inches reddish brown and tan, hard tar[ and gray to reddish brown, tan, very dense Bottom of Boring @ 10 feet ZR e m Static Water z- a- o a = .� Table a `' a a ' J a a C] Q W 7 CO P=4.5 1 B P=4.5 1 7 1 107 P=4.5 1 18 P=4.5 1 10 N=48 1 3 30119111 4 tech Engineering, inc. Figure-8 11 LOG OF EXPLORATORY BORING PAGE 1 OF 111 Job Number: 112-610 Boring No.: U-1 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27/12 Date Completed: 6/27112 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed Qy ®Standard Shelby Tube Split Spoon C A� 6 io SOIL DESCRIPTION approximately 5-1/2 Inches thick. Y tc_0 reddish brown and tan, hard tan and gray to reddish brown, hard SILTY CLAYISANDY CLAY M_ jbrown, hard Bottom of Boring (c� 10 Water Level � ATD 6 G v obm o 0 ro. L1 Static Water =Q _ w 19 d �•- *� •- x ur m o v csa c o Table a o a -' E`� ° n CL g P=4.5 1 12 P=4.b 1 12 P=4.5 l 14 P=4.5 1 19 P=4.5 1 16 46 i 19 1 27 h Engineering, Inc. '- �- Figure-9 LOG Or EXPLORATORY BORING PAGE 1 of 11 Join Number: 112-610 Boring No.: V-0 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6l27112 Date Completed: 6l27112 Drill T ype: Continuous Sampling Groundwater: A-M Static: --- Ground Elev.: Not Surveyed Standard Shelby Tube m split spoon IMM Q d E in 5 10 SOIL DESCRIPTION ely S inches thick. SILTY CLAY tGl-1 tan and gray to Bottom of Boring aQ 1 Water Level ATD � o ,�, a^ m Static Water O 2, W Q � �., C YY o QY � a '3 � C' -. N o 1,P-_ 0 Table „arT w 0� C- d co C) a reddish brawn brown, hard P=4.o t 7 P-4.5 1 13 P=4.5 1 13 P=4.5 1 7 P�4.5 1 19 26 1 14 1 12 yntech Engineering, Inc. Figure-10 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-61 Q Boring No.: B-9 Project: Parker Henderson Reconstruction Boring Location. See Plan of Borings Address: From Buslness US 287 to David Strickland Date Started: 6127/12 Date Completed: 6/27/12 Drill Type: Continuous Sampling Groundwater: AM --- Static: --- Ground Elev.: Not Surveyed f\-7 Standard ® ghelbyTube Water Level ATD p sput spoon p �a ra v C Q3 ram-. " U F' Static Water .O R �C 'p F 61 N U i� �. . N . Ri • 7C p q •- p Table o i 0. 4 5O11- DESCRIPTION 2F-6: , reddish brown 1 P=4,5 19 I 1 18 113 1 5 P=4.5 i 11 1114 I i i i 1 4 5 _aSILiY GE.AY_iCLI tare and gray, hard I P=4.5 11 - with sand and clayey sand warns below 8 feet 101 rlBottom of Boring @ 10 feet P=4.5 1 20 P=1.5 i 7 Engineering, Inc. Figure-11 LOG OF EXPLOR��� ORY BORING PAGE 1 OF 1 ri 4 ft Job Number., 112-618 Boring No.. Project: Parker Henderson Reconstruction Baring Location: See Plan of Borings Address: From Business US 287 to Dav1d Strickland Date Started: 6/27112 Date Completed: 6127/12 Drill Type: Continuous Sampling Gt ATM -- Static' - Ground Elev.: Not Surveyed roan d wa er. Standard Shelby -rube 4) y -0 Split Spoon Q � J T �D- � r 0 U) E SOIL DESCRIPTION tan and gray, - with alternating clayey sand seams 10 Bottom of Boring Qa 10 feet water Level ATI7 0 a w Static water fL N O Table t— c d 6+- 10 a 9 Q7 � N a 0 WO' J J a. �Ha i-- reddish brown P=4.5 1 s P=4.5 l 12 P=4.5 112 P=4.5 l 6 P=4.5 i 4 43 1 20 1 23 yntech Engineering, Inc. Figure-12 LOG OF EXPLORATORY BORING PAGE 4 OF 1 Job Number: 112-610 Baring No.: 0-1 1 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27/12 Date Completed: 6127/12 Drill Type: Continuous Sampling Graundvvater: AM --- Static: --_ Ground Elev.: Not Surveyed ®Standard Shelby Tube Split Spoon a SOIL DESCRIPTION approximately 'I 1-1/2 Indies thic - very stiff at 4 feet S Water Level AT �, 0o \ x' z1 c Static Water v w �, = v a� y Z— 13 ZP x o © p Table � _`'. M o _ ° a s W07 U 0 D F reddish brawn i P=2.5 110 tan and gray, hard, with sand seams 1Q Ftni,,. of Bnrinn r& tD P=1.S i 2 P=15 1 'is 1 109 1 51 121 130 P=4.5 1 111 P=4.5 i 13 7 h Engineering, Inc. Figure-13 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No., 0-'1A Project: Parker Henderson Reconstruction Baring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/27112 Date Completed: 6127112 Driii Type: Continuous Sampling Groundwater: ATM: --- Static: --- Ground Elev.: Not Surveyed Standard Shelby Tube split spoon ¢� v v a Q Q. C in 1.1 SOIL DESCRIPTION ASPFIALT, approximately 5-112 inches thick SA i]Y CLAY CLj reddish brown, hard SILTY CLAY IGL tarp and gray, stiff - very stiff at 8 feet n r J 3 x 2 1 t1 Bounru of Boring @ i0 3 Water Level c. ATIJ Static Water .4OQ. �G 41U ���"' yv •Uri O o L o Tabu iz "co o a a U t-- P=4.0 P=2.5 1 18 P=2.5 1 19 1 1 39 1 18 1 21 P=2.5 1 22 P=3.5 122 yntech Engineering, Inc. Figure-14 I 1-LOG OF EXPLORATORY 13ORI G PAGE 1 OF I II Job Number: 112-610 Boring No.: Project: Parker Henderson Reconstruction Boring Location: See Elan of Borings Address: From Business US 287 to David Strickland Date Started: 6127112 Date Completed: 6/27/12 Drill Type: Continuous Sampling Groundwater: ADD: --- Static: --- Ground Elev.: Not Surveyed ® Standard W sheiby TMI,. rn Split spoon Q G � � LL CL 12 CoU' Co SOIL DESCRIPTION ASPHALT.. anoroximately 7-1t'1 Inches thick very 5 10 13attorn of Haring Water Level o ATD \ c Static Water ¢ . a N a u Z f.1 m '�o " x o o = Table Cl a J E C D_ t6 Q J reddish tan and gray, hard, with clay seams gray. hard P�3.0 7 P=4,5 13 P=4.5 11 P= 4.5 7 P=4.5 18 49119130 yntech Engineering, Inc. Fig u re-16 LOG OF EXPLORATORY BORING PAGE I of 1 Job Number: 112-610 Boring No.: B-14 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to ©avid Strickland Date Started: 6127112 Date Completed: 6127112 brill Type: Continuous Sampling Groundwater: ATD: --- Static:-- Ground Elev.: Not Surveyed Standard Shelby Tube ® Split Spam Water level ATD N o u '8 s ti , -4 ,� Ct Static Water -. — D Y li a. 'table 0.�co o 0- 12 12 rn � U ZI-0. SOIL DESCRIPTION � ASPHAL approximately 7-112 Inches thick CLAYEY SAND gsAmDy CLAY fsc,1c4)aiternating, reddish brown, r.. P=0.5 10 187677 6 brown, stiff with sand seams below 4 feet SILTY CLAY (CH tan and gray, hard, with clay seams - very stiff below 8 feet 10 Bottom of 13oring Q f =2.5 j 20 11081 I I 1 1 2 P=4.5 1 20 1 P=4.5 ! 20 P=2.5 1 21 1 1 59 1 23 1 36 yntech Engineering, Inc. Fig u ie-15 LOG OF EXPLORATORY BORING PAGE 1 OF 9 Job Number: 112-610 Boring No.: 0-10 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/28112 Date Completed: 6/28112 Drill Type: Continuous Sampling Groundwater: ATD; --- Static: --- Ground Eiev.: Not Surveyed Standard Shelby Tube Split Spaon c a mLL 'a C- o SOIL DESCRIPTION elv 6-1/2 Inches thick Water Level 3� ATD Static Water o � o a u C: o a v tJ o Table !l ; M d �cn z�d U o H fine to loose tan and gray, hard, with clay seams 41 10 1Bottom of Boring Q P=0.5 1 8 P=4.5 1 18 1 143119124 P=4.5 1 13 P=4.5 1 13 P=4.6 1 8 ech Engineering, Inc, Figure-17 LOG OF EXPLORATORY BORING PAGE 1 OF 1 0 d& Jab Number'. 112-610 Boring No.: Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128/12 Date Completed: 6/28112 Drill Type: Continuous Sampling Groundwater: ATM: --- Static: --- Ground Elev.: Not Surveyed Standard Shelby Tube CD a ® Splil Spoon c c 2 h u> I= C7 E 5 SOIL DESCRIPTION ASPHAI T approximately 11 inches thick SILTY CLAY. {GI ! tan and gray, very - hard with sandy clay seams below 6 feet 10 Bottom of Baring @ tan, Water level ATD Static Water ° V rm 0010, �•— w •— Table a `� o ' Q E a , t� clay seams P=4.5 1 14 p--o.5 1 9 1 1 19 i 14 1 5 P=3.0 1 26 Pm4.5 1 17 P=4.5 1 116 1 111 3 ch Engineering, Inc, Figure-18 t3 d LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: 113-1( Project. Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128112 Date Completed: 6128112 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.. Not Surveyed m ®Standard Shelby Tube Split Spoon c c E dy � r SOIL DESCRIPTION approximately 6-112 inches chick Water Level ATO 42 Static Water a- o v ' a N �. 1 y a Mo Table he o �E IL t� tan, stiff P=2.5 1 8 P=2.5 1 17 6-/.�%■) i P=2.5 117 SILTY CLAY I CL) tan and gray, stiff, with clay seams P=2.5 18 P=2.5 15 10 Bottom of Boring @ 10 feet 36115� 1 17 yntech Engineering, Inc. Figure-19 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: 13«18 Project: Parker Henderson Reconstruction Boring location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128112 Date Completed: W8/12 Drill Type: continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed ® Standard Shelby Tube SpIfE Spoan Water Level o ATD Q o a�i Y3 m 0 Static Water '0 n cw G v tmo c4fl Table co .—ni ME O a eni c 0 SOIL DESCRIPTION zra. ASPHALT annroximately 4-1/2 inches thick ANDY CLAY/CLAYEY sANg fSclCL)atternating, reddlsh brown tan and gray, hard P=4.0 0 33 16 17 kNOY_Q-AY_(GI )brown, stiff P=4.5 1 116 1 100 1 1 1 1 1 3 5 P=4.5 l 14 s1L7Y CLAY_) tan and gray, hard, with stay seams 9 0[""71 Bottom of Boring @ 10 feet P�;4.5 1 11 1 1 38 1 18 1 20 P=4.5 I 13 Engineering, Inc.— Figure-20 LOG OF EXPLORATORY BORING PAGE 1 OF 1 .lob Number: 112-610 Boring No.: �m Project: Parlor Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128/12 Date Completed: 6/28112 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed standard Shelby Tube ® Split Spoon Water Level ATD 3 $ rn o a Static Water', c `ca c`a` c m, v- +n <ti- C.) Cnnm o a m'3 c Q o a_ sr CL CL Table c o ; pCL a sa � iv o ia�yU Q j rn SOIL DESCRIPTION Z ~ Q H ASPHALT, amroArnately 4-112 inches thick reddish brown stiff P=2.5 1 11 P=4.5 1 24 - hard below 4 feet 5 P=4,0 20 sf TY CLAY CL tan and gray, hard, with sand seams P=4.5 1 16 P= 4.5 1 10 10 Battam of .ring Qa 10 feet ntech Engineering, Inc. Figure-21 - LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: 13 20 Project: Parker Henderson Reconstruction Boring location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/28112 Date Completed: 6128112 Drill Type: Continuous Sampling Groundwater: AM --- Static: --- Ground Efev.: Not Surveyed 5 10 Water Level �/ Standard Shelby Tube FA Sa[11 Simon ATD d SOIL DESCRIPT[ON _6gpHALT.approximately6-1f2 Inches thick CLAYEY SANDISILTY CLAY N)alternati tan, very stilt stiff Static Water 9 y 19 �.� ma N? C Table Q o -19 o n V J °�� a c N v fl Z i-- 0. r-: reddish brown and P=3.0 1 $ tan and gray, hard, with clay seams Bottom of goring @ 10 P�4.5 119 P=4.0 120 P=4.5 1 15 P=4.5 1 12 yntech Engineering, Inc. ' F'Ig lire-22 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-M Boring No.: B-21 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6/28/12 Dato Completed. 6128/12 Drill Type: Continuous Sampling Groundwater. ATD: ---• Static: --- Ground Elev.: Not Surveyed m �Standard Water Level Splits poor Shelby Tulle ATO y C. C dLL g C Co seams 5 SOIL DESCRIPTION .elv 6 inches thick 10 —16' ' Bottom of Boring @ 10 C3 �� •N � v U o t�e C Static Water a n Q•- tv •n N ". Table t— C b- _U 9 a 1_~ '° a �. i Rst- 0 .a D M reddish brown tan and gray, hard, with intermittent P=4,5 1 8 1 I 87 1 18 1 19 P=4.0 I 6 P=4.5 1 20 11091 54 1 21 1 33 1 1 2 P=4.5 1 15 P=4.5 110 yntech Engineering, Inc.-- Figure-23 LOG OF EXPLORATORY BORING PAGE 1 OF 1 Job Number: 112-610 Boring No.: 13-22 Project: Parker Henderson Reconstruction Boring Location. See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128/12 Date Completed: 6/28112 Drill Type: Continuous Sampling Groundwater: ATD: --- Static. --- Ground Elev.: Not surveyed Standard Water Level Shelby Tube o' ®Split Spoon ATD � m Static Water m iu u o cL Table 11»�- r c a 0.. sA v N. d M (n � z SOIL DESCRIPTION F-� ASPHALT, approximately 7-112 inches thick. SANDY CLAYICLAYEY SAND CL1SQjalternating, reddish brown and tan, hard P=4.0 1 8. 49 19 30 P=4.5 16 SILTY CLAY M-CH tan and gray, hard, with Intermittent clayey sand seams 5 P=4.5 to P=4,5 12 62 24 38 P=4.5 17 10 Bottom of Boring Q 10 feet y114G1-.i I E...I I lJ II IG :1 IFFt-J1 11 I� Figure-24 I� LOG OFF EXPLORATORY BORING PAGE 1 OF 111 Job Number: 112-616 Boring No.: I0-23 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128/12 Date Completed: 6/28/12 Drill Type: Continuous Sampling Groundwater: ATD: --- Static: --- Ground Elev.: Not Surveyed i :7 Standard Shelby rube Split Spoon a c L 5 C? � p i` m E I SOIL DESCRIPTION tan, SILTY CLAY 10 tan and gray, stiff Water Level ATL Static Water � Table t* reddish brown P=4.5 1 9 1 1 30 1' -` II 14 P=4.8 14 P=4.5 10 r P=4.5 a P=4.5 1 4 1 1 39 1 18 1 20 Engineering, Inc. Figure-26 LOG OF EXPLORATORY BORING PAGE 1 of 1 Job Number: 112-610 Boring No.: B-24 Project: Parker Henderson Reconstruction Boring Location: See Plan of Borings Address: From Business US 287 to David Strickland Date Started: 6128112 Date Completed: 6/28/12 BriIE Type: Continuous Sampling Groundwater: ATD: --- Static:--- Ground Elev.: Not Surveyed standard Shelb Tubo Split Spoon Y Water Level ATC1 a �, q� s�0. . m _ om• m- oo C ar o Slant Water Table m �_ -J m � 3 N axi N a a) a n ro a "' CU '�' � Urw. c� SOIL DESCRIPTION j ASPHALT. awroximately 12 Inches thick 5 tan, SILTY CLAY_LCL.) tan and gray, hard 1 OEM of Boring brown and P=4.5 i 9 I 127 115 i 12 P=4.5 E 14 11121 1 j 1 1 2 P=4.5 1 8 P=4.5 1 17 P=4.5 1 12 1 115 I I 1 1 1 h ech Engineering, Inc. Figure-26 KEY TO SOIL S"IBOLS AND CLASSIFICATIONS The abbreviations commonly used on. each "Record of Subsvrface Exploration", as seen on the figures and in the text of the report., are as follows: I. SOIL DESCRIPTION V. SOIL PROPERTY SYMBOLS Ea) Cohesicnless Soils N: Standard Penetration Resistance: Number of blows by a 140 lb Relative Density N BLOWS/FT hammer dropped 30 in, required very Loose 0 to 4 to drive a 2 in OD split spoon Loose 5 to 10 sampler I ft Compact 11 to 30 Qu: Unconfined Compressive Dense 31 to 50 Strength, TSF Very Dense over 50 Qp: Pocket Penetrometer Unconfined Compressive Strength, TSF (b) Coliesive Soils Dd: Natural Dry Unit F#eight, PCF A : Apparent Graeindvlater Level at Consistency Qu, TSF Time Noted Ijc: Moisture or Water Content, % very Soft Less than 0.25 LL: Liquid limit Soft 0,25 to 0.60 PL. Plastic Limit Firm 0,50 to 1.00 PI: Plasticity Index Stiff 1.00 to 2.00 LI: Liquidity Index (Mc-PL/PI) Very Stiff 2.00 to 4.00 e: Void Ratio Hard over 4.00 Gs: Specific Gravity of Solid Particles II. PLASTICITY k: Coefficient of Permeability is Hydraulic Gradient Degree of Plasticity q: Rate of Discharge Plasticity Index h: Hydraulic Gradient TSF: Tons per Square Foot None to Slight 0 - 4 PSF: Pounds per Square Foot slight 5 - 10 KSF: Kips per Square Foot Medium 11 - 30 PCF: Pounds per Cubic Foot High to Very High Over 30 VI. DRILLING/EXCAVATING AND III. RELATIVE PROPORTIONS SAMPLING SYMBOLS Descri tive Term Percent Alt: Air Rotary CFA: Continuous Flight Auqer Trace 1 - 10 HSA: Hollow Stem Auger Little 11 - 20 R4I: Rotary Plash Some 21 - 35 SH: Backboe And 36 - 50 AU: Auger Sample BS: Bag Sample IV. PARTICLE S1ZE IDENTIFICATION RC: Rock Core SS; Split -Spoon, 1-3/8 in ID, 2 in OD, Boulders: 6 in diameter or more Except as Noted Cobbles : 3 in to B in diameter TUBE: Shelby Tube, 3 in OD, Except as Gravel Coarse 3/4 in to 3 in Noted Fine - 5.0 mm to 3/4 in WS: Plash Sample Sand Coarse - 2.0 mm to 5.0 mm OD: Outside Diameter Medium 0.4 mm to 2.0 mm ID: Inside Diameter Fine - 0,07 mm to 0.4 mm TxC: Texas Department of Silt 0.002 mm to 0.07 mm Transportation Cone Penetrometer Test Clay - less than 0.002 mm RQD: Rock Quality Designation CR: Core Recovery, % NOTE: SOILS ARE CLASSIFIED IN GENERAL ACCORDANCE SMITH THE UNIFIED SOIL CLASSIFICATION SYSTEM 5yntec Engineering Group, Inc. Figure 27 OEOTECHNICAL INVESTIGATION PARKER»HENDERSON STREET RECONSTRUCTION FROM BUSINESS 287 TO OAVID STRIKLAND ROAD FORT WORTH, TEXAS DITY OF FORT WORTH JOB NO.01419 SEO # 112-610 Dime Series Test Results Material: Alternating Sandy Clay/Clayey Sand Boring No. B-21 Depth: 0 2 ft Liquid Limit 37 Plastic Limit 18 Plasticity Index 19 Percent Lime Added 0 4 6 8 10 Liquid Limit 37 37 35 30 Plastic Limit 18 24 22 20 Plasticity Index 19 12 13 10 Figure 28 U L� z�� mt 0 0 () Z r- LLI �i W U) 0 - i� > > X a 0o0 { Z���{� oo � W t� L� N 0 0 wWtoLT u- w 0 z z o tL L1! � Wi#mil 6 ue co N CD r M Eh M r CD CV b W �n r Y M M N N. b N CO UO L3l N Op d C] . r r � co m Af] m co co N r CD r � O CO r Cl) Ce) co to Cq b � t(j iC O d U OU o .. T l�6 k 40 •g m M _ TEST TYPE;UNCON OLIDATED4UDRAINED TRIA.XIAL COMPRESSION TEST (ASTiVl D 2850) 25 20 1 0 10 N 0 5 10 15 20 AXIAL STRAIN (°/Q) 15 0 BORING NO.: 132 DEPTH (FT.): 2.0-4.0 CLAY, blown 0 10 20 NORMAL STRESS (PSI) BEFORE AFTER MOISTURE' CONTENT (%): 2-0.5 2 5.8 DRY UNIT WEIGHT (PCF); 103,0 ,5AM LE SATURATION (%): 9 0, 9 106,7 CONFINING PRFSSURF (PSI); 2, a, 10 kimLEY A ASS001AIRS, INC, encr�g b t�:t�:a c�nz�et�v�r TEXAS FRf Nl REGISTRATION NO, r-1238 PARKER HENDERSON PROJECT TRIAXIAL OOMPRI S$ION TEST STRESS=STRAIN PLOT WE HJA NO,; 12005 DATE TESTED: OV 16.112 PLATE I TEST TYPE:L11y CQN80L-IDATEQ-tJNDRA1NFD TRIAXIAI„ COMPRESSION TEST (ASTM D 2850) 60 40 o.. w 30 0 20 f9 0 10 9 0 10 20 30 40 AXIAL. STRAIN (%) 30 25 20 a� 15 10 BORING NO.: 86 DEPTH (FT.): 0.0-2.0 CLAY, sandy, light brown 0 10 20 30 40 NORMAL STRESS (PSI) BEFORE AFTER MOISTURE CONTENT E° j: 12A 18.4 DRY UNIT VVFICSHT (PC;F); 12ZG SAMPLE SATURATION (%): 04.1 1,1610 CONFINING PRE8SURE (PSI): 2, 5, 10 f . urmay u40NNFYON A "S0401lL , WC. rax6pefft gmu4 teme. coruuf 24)i+DV+N: iME0fiAS, TEY,i'fi7xti13 i:jz1ii= ,i -j ury 01 a F 1 N-44 MrsGIV I RAT 1%1 NO. F-1238 PARKER HEN©ERSON PROJECT TRIAXIAL COMPRE,5810N TEST 'i �ZlxSTR,1N PLOT 0 60 1-IJA NO, ,12,005 DATE TESTED: 071M112 'LATE 2 0 TEST TYPE;VNCCNSgLlDATE Dl UNDRAINED TRiAXIAL COMPRESSION TEST (/vum 0 2850) 15 Ic 0 5 10 15 20 AXIAL STRAIN (°%a) 12,5 �. 1U 7.5 z 5 2.5 BORING NO.; 618 DEPTH (FT.); 2.0-4.0 LAY, sandy, brown NOTF: POWER L-C)SS DURING SATURATION STAGE, SAMPLE MAY BE COMPROMISED. 0 5 10 15 20 NORMAL STRESS (PSI) BEFORE AP TER MOISTURE CONTENT 13.1 21-1. DRY UNIT WEIGHT (PCF): 122.3 SAMPLE SATURATION (%): 98.5 162.0 CONFINING PRESSURE (PSI): 2, 5, 10 HENLE P JOHNSTON PARKER HENDERSON PROJEOT & A.3+ 3 EiA TI114, INC. x35 is 3��s t�v{�t6 ,L�Al��1S.7 r�R5 J5 � z1 E�i'-. ::clJ TRIAXIAL COMPRESSION TEST t`>=wasFIRM REGISTRATION Ira. F-12381 STRESS -STRAIN PLOT 26 I-IJA NO,: 12006 DATE TESTER: 07123/12 PLATE 3 TEST TYPE:L1NCON 0L,IQATED!•I1NDRA.INED TRIAXIAI_ COMPRESSION TEST (ASTIVI d 2860) 25 20 15 10 7 0 5 10 15 20 25 AXIAL STRAIN (%) 15 r� a 10 LU CD 5 X fo N BORING NO.: 822 DEPTH (FT.): 0.0- .0 CLAY, Sandy, reddish -brown 0 10 20 NORMAL STRESS (PSI) BEFORE AFTER MOISTURE . CONTENT (%): 16_1 21.6 DRY UNIT WEIGHT (PCF); 111,11 SAMPLE SATURATION (%): 87,1 111.E CONFINING PRESSURE (PSI)', 2, a, 10 H NLEY JOHNOTON ASSOCIAT03, INC. �r+���rh� �c�rytartre cnfurtllar�# t�6 k4C�'ti IsVr ;U t C?'aJ A5, rc V,8 fL�i TrXAS FIRM REGISTRATION NO, r-1236 PARKER HENDERSON PROJECT TRIAXIAL COMPRESSION TE51" STRESS -STRAIN PLOT 30 HJA NO,,. 12005 CRATE TESTED. 071 112 PLATE 4 ENGINEERING December 2, 2014 Ms. Lisa Deitemeyer, P.E. Bridgefarmer & Associates, Inc. 12801 North Central Expressway, Suite 400 Dallas, Texas 76243 Re: Addendurn to Geotechnical Engineering Repoil Flexible Pavomont Design parameters Proposed Parker t-lenderson Road Reconstruction Fort Worth, Texas JRB Prdje.ct No. 14-15784 Dear Ms. Deitemeyer: JRB Engineering, LLC (JRB) has been requested to provide additional pavement design recommendations for the referenced site per a request from Bridgefarmer & Associates, Inc. This request was made by Ms. Lisa Deitemeyer, P.E. with bridgefarmer in her emails to Richard Sanders with JRB dated November 16, 18 and 23, 2014. This letter presents our recommendations for the flexible pavements and should be considered an addendum to JRB's Geotechnical Engineering Report No. 14-15784 dated November 6, 2014. This letter should not be considered separately from the geotechnical report. Flexi4 PaVOment Thickness Determination Flexible pavement recommendations are based on the assumed loading conditions and design procedures outlined in the 2012 draft version of the City of Fort Worth Pavement Design Standards Manual for a minor arterial street for the design life of 30 years and cross road (Collector) streets for the design fife of 25 years. The following information and assumptions were used in our analysis: 1 _ 300,000 annual. equivalent single axle (ESAL) repetitions for minor arterial streets and 100,000 annual ESAL for collector streets; 2. A 2.5 percent traffic growth factor for arterial streets and a 1.5 percent traffic growth factor for collector streets; 3. A design life of 30 years for arterial streets, resulting in. a design ESAL of 13,170,811, and.a design life of 25 years for collector streets, resulting in a design ESAL of 3,753,80$; 4. A reliability of 90.percent for arterial and collector streets; 5, A standard deviation of 0:45; 6. Drainage coefflcient, Cd = 1.0; 8908 AMBAS5Ano13 Row, SuiTr 4001 DALLAS, TEXAS 76247 1 OFFICE (214) 630-0022 Proposed Parker Henderson Road Deconstruction .FRB Project No. 14-15784, Addendum December 2, 2014 Page 2 7. Initial serviceability, pa, of 4.2 and a terminal serviceability, pt, of 2.5 for arterial streets and 2.25 for collector streets-, 8. Laboratory test results equating native subgrade strength to a resilient modulus of 8,000 psi, and a Loss of Support of 0.0. The pavement thickness determinations were performed in accordance with the "AASHTO Guide for the Design of Pavement Structures ('1993 edition)" .guidelines. The recommended pavement sections, based on the 2012 guidelines, are presented in Table 1: Table 1 Recommended Permanent Flexible Pavement Sections Material HMA Type D surface mix, inches Arterial (transition) Collector (Cross Streets} 2.0 2.0 HMA Type 6 coarse mix, inches 4.5 2.5 Flexible Base, Item 247, Type A, Grade 2 or°Better (crushed stone), inches 12.5 1U Lime Stabilized Subgrade; inches 8.0 8.0 We were also requested to provide a temporary flexible pavement section for u1se in areas where a detour route will be needed for 1 to 2 years during reconstruction of Paii(er Henderson Road. The temporary section is designed with the same parameters used for the arterial street design with the exception of design life and ESAL value of 607,500 for a 2 year design. We recommend the following sections: Table 2. Recommended Temporary Flexible Pavement Sections itiflaterlaM HMA Type D surface mix, inches Temporary Sections Gm Flexible Lase, Item 247, Type A, Grade 3 or 12.0 Better (crushed stone), inches The flexible asphalt concrete pavements should be constructed in general accordance with the July, 2011 draft version of the City of Fort Worth Pavement Design Manual, Fort Worth Special Technical Specifications (STS) STS-035, and Item 340 of the TxDOT - 2004 Standard Specifications. Testing of the material shall be in accordance with appropriate ASTM standards rather than the TxDOT test methods listed in Item 340, unless otherwise approved in advance by Proposed Parker Henderson Road Reconstruction JRB Project No. 14-15780, Addendum December2, 20,14 Page 3 the City of Fort Worth or the Engineer. Other guidelines and procedures shall follow the City of Fort Worth Pavement Design Manual. Terhporary drainage ditches adjacent. to temporary pavements are recommended. All other information presentee[ in our original geotechnical report remains unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. Respectfully submitted, `��/(//Jj /y////j � •' �al�li �: slsi r„ �iE���fi1�^':{�? Richard L. Sanders, P.E. G. Scot Gordon, P.E. Senior Geotechnical Engineer Technical Reviewer Texas Engineering Firm license No. F-11302 Attachments: WinPAS Pavement Design Evaluations . _e....__'"__-__._.__.-- .. w.-l. -I.._ .. e... «......._ _ ,.-.,.,._. s__z-a .v. —, —„v - _ s'�___ii-'aKv".:xw..�'�c'S� s'.'ai��«E„4 � .%: �t 4ii��u`i's�64`%{'y54' ���� 7� j`E'__'_^ AN inPAS Pavement Thickness Design According to 1993 AASHTO guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Parker Henderson Road Reconstruction Route: Parker Henderson Road - Location: Fort Worth Owner/Agency; City of Fort Worth Design Engineer: Scot Gordon, P.E. Flexible Pavement DesignlEvaluation Structural Number 5.06 Subgrade Resilient Modulus 8,000.00 psi Total Flexible ESALs 13,170,811 Initial Serviceability 4.20 Reliability 90.00 percent. Terminal Serviceability 2.50 Overall Standard Deviation 0,45 I Layer Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN _ Asphalt Cement Concrete o,44 1.00 2.00 0.88 Asphalt Cement Concrete 0.41 1.00 4.50 1.84 Crushed Stone Base 0.12 1.00 12.50 1.50 ddaf 0.12 1.00 8.00 0.96 2;"I, o.]ri. i Monday, November 17, 2014 6:08:01PM Engineer:Scot Gordon, P.E. ._- V MPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements StmGtures American Concrete Pavement Association Flexible Designs inputs Project Name: Parker Henderson Road Reconstruction Route: Parker Henderson Road - Collector Cross Road Location: Fort Worth Owner/Agency: City of Fort Worth Design Engineer: Scot Gordon, P.E. Fle4ble Pavement DesignlEvaluation Structural Number 4.05 Subgrade Resilient: Modulus 8,000.00 psi Total Flexible F-SALs 3,753,868 Initial Servlceability 4•20 Reliability :90.00 Percent Terminal Serviceability 2.26 Overall Standard Deviation 0,45 Layer Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness Sit Asphalt Cement Concrete 0:44 1.00 2.00 0.88 Asphalt Cement Concrete 0.41 1.00 2.50 1.02 Crushed Stone Base 0.12 1.00 10.00 1.20 ddaf 0, 121 1.00 1 8.00 1 0.98 Monday, November 17, 2014 6:05:02PM EngineerScot Gordon, P.E. a..... .. .. _ ___ �a4 ._': <XX..•s :.&.._.. ... _._.�\. ----- -' - - Yh liS 4 i.� I•£ WMPAS Pavement Thickness Design According to 1993 AASKTO wide for Design of Pavements Structures � American Concrete Pavement Association Flexible Design 1hputs Project Name: Parker Henderson Road Reconstruction Route: Parker Henderson Road - Temporary, two years Location: Fart Worth Owner/Agency: City of Fort Worth Design Engineer: Scot Gordon, P.E. Flexible Pavement DesignlEvaluation Structural Number 3.12 Subgrade Resilient Modulus 8,000,00 psi Total Flexible ESALs 607,500 Initial Serviceabilitv 4.20' Reliability 90.00 percent Terminal Serviceability 2,50 Overall Standard Deviation OAS Layer Pavement DesignlEvaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 4.00 1.76 Crushed Stone Base 0.12 1.00 12.00 1.44 Monday, November 17, 2014 9:19:01AM EngineerScot Gordon, P.E. December 13, 2018 Ms. Lisa Deitemeyer, P.E. Bridgefarmer & Associates, Inc. 12801 North Central Expressway, Suite 400 Dallas, Texas 75243 Re: Geotechnical Engineering Report Addendum Parker Henderson Road Reconstruction Prairie Clog Creek Culvert Retaining Wall Recommendations Fort Worth, Texas JRB Report No. 14-15784 Dear Ms. Deitemeyer: JRB Engineering, LLC. (JRB) has previously completed a geotechnical engineering study for the referenced project, and presented results and recommendations in JRB Report Number14-15784, dated November 6, 2014. In an email dated November 5, 2018, the client requested recommendations regarding retaining wall design for Mechanically Stabilized Earth (MSE) and concrete cantilever retaining walls associated with approach embankments for the proposed new box culverts at the crossing of Prairie Dog Creek. In addition, JRB was asked to review retaining wall recommendations made in the original geotechnical report to confirm their current applicability, and to assess the geotechnical suitability of the proposed Redi-Rock" retaining wall system planned to be used to line Prairie Dog Creek in the vicinity of the new culverts. This letter presents the requested retaining wail recommendations, and also addresses the additional requests. It should be considered an addendum to the referenced geotechnical engineering report, and should not be considered separately from the report. Global Stability analysis Based on the provided culvert and retaining wall plans, and geotechnical information obtained from JRB's original report, global stability analysis cross sections were created through sections of the proposed retaining walls. Material shear strength properties were estimated using correlations with index properties obtained from the borings performed at this site during the geotechnical study, and experience with similar materials and conditions in'the central Texas area. The results. of triaxial compression tests performed by Henley Johnston & Associates, Inc. were also considered. The following parameters were used in our global stability analyses. JRB Engineering, LLC 1 8908 Ambassador Row, Suite 400 1 Dallas, Texas 75247 1 Office 214.678.0022 Material Properties Material Effective Urat Weight (pcq Cc-hesion, c (psf) Intern.-.1 Angie of Friction, cb (degrees) Native Sandy Lean Clay 120 7A)U 20 Select Fill 125 0 34 Retained Fill 125 200 20 Global stability was evaluated using the software Slide 2018, produced by Rocscience. The program was used to evaluate the global stability factor of safety in accordance with both the generalized limit equilibrium (GLE) and Morgenstern -Price methods. Global stability of the proposed retaining walls was analyzed under steady-state, low -flow; 100-yearflood; and rapid drawdown conditions. Retaining walls are generally designed to achieve a minimum factor of safety of 1.5 with regard to global stability for long term conditions, and a minimum factor of safety of approximately 1.3 for short-term, transient, seismic, or rapid drawdown conditions. Based on the results of our stability analyses, the proposed retaining walls meet the minimum recommended factors of safety for all analyzed conditions. Internal stability of the walls is outside the scope of this addendum and should be evaluated by others. RW(MSE)DD Wali Summary Values Wall Retained Foundation Ground Reinforcement Embedment Under Drawdown Sail'o Soil C� lmprovement7 l ergtE (ft) drain? j Analysis? NB -A 20 20 no 0.9H 2 no yes SB-C 20 20 1 no 0.9H 2 no yes Applicability of Previous Recommendations A review of the retaining wall -related recommendations (both MSE and cast -in -place) made in our geotechnical report, with regard to the retaining wall plans and specification provided to us, indicates that all previous recommendations are still appropriate, and no revisions are necessary. Stream Bank Protection Wall We understand that portions of both banks of Prairie Dog Creek upstream and downstream of Parker Henderson Road will be lined and protected with a Redi-Rock" large -block, gravity -style retaining wall system. Our comments regarding the Redi-RockO wall plans and specification provided to us are listed below: The provided Redi-Rock" literature indicates their retaining wall systems have been designed using a soil unit weight of 120 pcf. Note 3 on Sheet 38 of 309 of the Darker Henderson Road Channel Details, indicates that a soil unit weight of 110 pcf was used for design. We recommend that the design be based on a unit weight of at least 125 pcf. Note 3 also indicates that a live load surcharge of 220 psf was used during design. While it does not appear that any significant surcharge loads will be present near the top of the walls, the live load surcharge is typically assumed to be 250 psf. Note 4 on Sheet 38 of the same document indicates that the Redi-Rock® walls have been designed to achieve a minimum global stability factor of safety of 1.3. We recommend that the walls be PAGE l 2 www.jrbengineering.com PROJECT NO. 14-15784 designed with a minimum global stability factor of safety of 15 if any roadways, buildings, or other permanent structures will be located within a distance of 1 wall height from the top of the wall, and at least 1.35 otherwise. a Ali other design aspects of the Redi-Rock1 designs presented on the provided plans appear to be in general accordance with standard geotechnical engineering practice. This letter should be considered an addendum to the referenced geotechnical engineering report, and should not be considered separately from the report. All other comments and recommendations contained in the referenced geotechnical report remain unchanged. Thank you for the opportunity to provide services to you for this project. Please call if you have any questions regarding this letter. Respectfully submitted, q p 94 ��.' • °.�' 11 �...:.........................� •U.RIC M.HOLLAEAUGH. 120829 ENSSQ.. V/ONAt-•�� Eric M. Hollabaugh, P.E. 4\tea%—% o; s Geotechnical Engineer J'X. Attachments: Global Stability Analysis Results Texas Engineering Firm License No. F-11302 L� ohn A. Focht lll, P.E. Technical Director PAGE 1 3 www.jrbengineering.com PROJECT NO. 14-15784 / � � � � J \ O \ 11 INTENTIONALLY LEFT BLANK GC-�; o04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK GC-4006 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK GC-6.06.D Minority and Women Owned flmanegs Enterprise Compliance THIS PAGE CLEFT INTENUMNALLY BLANK CrFY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK City ®f Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF (POLICY 1f the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 14 MSE PROJECT GOALS % of -the base bid value of the contract. NoteAf bothUBE-and_SEE subcontracting_-goalsare -established forIfus..project, then an Offeror must submit both a MBE Utilization Form and a SEE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1, Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall dwlJviQr the MBE documentation in person to the apprupriate eflipiriyee. of the puichawng divisiun and obtain a datehfrtie raceipi. Such receipt .shall b(-. ev1den6a that the Q(ty received IhB decumentaUon In the ilrne allocated. A faxbd ardl'ar emalled copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City lousiness day Utilization Form, if participation is less than after the bid opening date, exclusive of the hid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/10/1 S INTENTIONALLY LEFT BLANK City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total donor va1:;e of the contact is greater then $50,000. the* a MIRE subcontracting goal may be appilcable. If the total dollar value of the contract is $50,000 or less, then an MSE subcontraciing goal is not applicable, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 14 % of the total bid (Base bid applies to Parks and Community Services Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror mus submit both a MBE Utilization Form ' - �'"h Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE* subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL, OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. w .!if,' !Ir;!1,! .1j. ernyfl� of ills rri3il�? ;n! �?3]t on a cialolilme rrrt�elpl ;iS,ri1 recc�ll,i nh:ill t, racesvcri tree &.10ifrnes-i[ailr A inxed eopV will not tw ar:cuptiad 1. Subcontractor Utilization Form, if goal is received by 5.00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor° received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBEparticipation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 6. Joint Venture Form, if utilize a joint venture I received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'$ BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5I30/12 ATTACHMENT IA Page 1 of 4 CURT WORTH City of Dort forth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: McClendon Construction Co., Inc. Check applicable block to describe prime M IUVIDBE ✓ NQN-MIlWDBE PROJECT NAME: Parker Henderson Road 7-18-19 RID DATE City's MBE Project Goal: 14 % Prime's MBE Project Commitment: 14.21 % 101419 PROJECT NUMBER Identity all subcontractors/suppliers y©u will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department; on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, Will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed In this utiilzatlon schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional andfor knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid speciflcadens MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant Dallas Denton Johnson, Parker,_and Wise counties. Identify each Tier level. Tier Is the level of subcontracting below the prime contractor, Le_, a direct payrnent from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"0 tier --- ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the pdme will be given credit as tong as the MBE listed owns and operates at least one fully licensed and operationai truck to he used on the contract. The MEE may lease trucks from another BABE firm. Including MSE owner -operators. and receive full MBE credit_ The MBE may lease trucks from non-IIBEs, including owner-operatorsr but will only receive credit for the fees and commissions earned by the MBE as outllned in the lease agreement. — Rev. 5130112 FoRT'Wolt'TH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Wincmity and nan-MMI, MBE firms are to be listed first, use additional sheets if necessary. If a subcontractodsupplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's MIWBE Office, which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA Attach N Certificate " SUBCONTRACTOR/SUPPLIER T - - `k Detail Detail Company Name Address i e M W Subcontracting S PA 104i`ork Supplies Purchased Dollar Amount Telephone/Fax r B B B a E E E E C. Green Scalping Sod/seed & 2401 Handley Ederville Road Fort Worth, TX76118 Tree Planting ,,��// Cathleen Ruiz 1 ❑ ❑ �5��� 817-577-9299 Fax 817817-577-9331 J Rubio Trucking Haul Off 9000 County Rd #513 Trucking Alvarado, TX76009 Juan Rubio 1 � ❑ El/ 817-300-0128 No Fax Hayden Capital Corp_ sox culvert PO BOX 8369 & Headwalls Fort Worth, TX 76124 2 El ❑ Margo Brian 281-413-4569 Fax 817-561-2368 Cowtown Redi-Mix Redi-Mix PO Box 162327 Concrete Fort Worth, TX 76161 Max Ulrich 1 ® ❑ ���, �� �. 817-988-3158 maxcowtown@yahoo.com Barnsco, Inc. Rebar, 2609 Willowbrook Construction Dallas, TX 75220 1 ❑ ❑ `�® Supplies 214-352-9091 6? Greg Forbes greg@barnsco.com US Lime Hydrated Lime PO Box 851 Slurry Cleburne, TX 76033 817-641-4433 1 ❑ 0 Kyle Riggs kyleriggs@usim.com Rev. 5/30/12 FO• r--� � ATTACHMENT 9A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minorjiy and non-MBE9. Please list MBE firm's first, use additional sheets if necessary. If a subcontractorlsupplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's MNVBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA Attach Certificate SUBCONTRACTORISUPPLIER T � Detail Detail Company Name i Subcontracting Supplies Address e M W s M', Work Purchased Dollar Amount Telephone/Fax r B B B S E E E C Humphrey & Morton utility PO Box 8057 Constructi ell �. Fort Worth, TX 76124 1 on -, ���� (=- Josh Gill ❑ ❑ ❑ 817-478-8088 Fax 817 Metroplex Pavement Pavement Markings Markings aw— 1 Kennedy Ln Bldg 6 and Signs Saginaw, TX 76131 1 ❑ ❑ �/ � ! Troy Hammond 972-790-2983 Fax 972-313-0089 Bean Electrical, Inc. Street 821 E. Enon Ave. Lights Fort Worth, TX 76140 1ft�� %7, Andres Hawkins 1 ❑ ❑ � � 817-561-7400 Fax 817-561-7403 Texas Material Group, Inc. Asphalt PO Box 34131 Paving (, Fort Worth, TX 76124 3 901 6 Ron Stinson 1 ❑ ,/ 817-261-2991 ronaid.stinson@texasbit.com 1 ❑ ❑ ❑ Rev. 5/30/12 FoyWORTH Total Dollar Amount of IVIBE Subcontractors/Suppliers I s 1,089,550.55 Total Dollar Amount of Rion -MBE Sul bcontractorslSuppliers I s 4,335,050.59 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I s 5,424,601.14 ATTACHMENT 1A Page 4 of 4 The Contractor will not make add iUonsr r}eletions, or substUions to this certified list without the prior approvaI of the Minority and Women Business Enterprise Office through the submittal of a Request for Approvaf o ChongrelAdditfon form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment In accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the regvested changeWdition or deletion will affect the committed MBE goal, If the detail explanation Is not submitted. it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. 50-WLL A UJ Z Authorized Signature President Title McClendon Construction Co., Inc. Company Name PO Box 999 Address Burleson, TX 76097 IBY. in LTA me] M176I:, Printed Signature NamelTitle (if different) 817-295-0066 Telephone andlor Fax dan@mcclendonconstruction.com E-mail Address 07-22-19 city/Statelzip Date Rev. 5130l12 FORT WORTI-i City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: McClendon Construction Co., Inc. PROJECT NAME: Parker Henderson, Road City's MBE Project Goal: I Offeror's MBE Project Commitment: 14 % i % ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime JM!WIDBE J NON-M/W/DBE BID DATE 07/18/19 PROJECT NUMBER 01 41 9 If both answers to this form are YES, do not complete ATTACHMENT I (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bp1h answers are yes. Failure to complete this form In its entirety and be rectiived by the PLrehasing Division no later than 2. p.m„ on tt4 second City husirtes5.ay a blid exr!nsi.,e of the bid Gpening date, will r'asralt in the bid being considered non-responcivol to bid speclficatlons. Will you perform this entire contract without subcontractors? I I YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? - YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title McClendon Construction Co., Inc Company Name P.O. Pox 999 Address Burleson, TX 76097 Printed Signature Contact Name (if different) Phone Number Fax Number Email Address City/State/Zip Date Rev. 2110115 INTENTIONALLY LEFT BLANK ATTACHMENT 'IC Page 1 of 4 FT OR'I' City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe McClendon Construction Co., Inc. Offeror PROJECT NAME: MMID$E NON-MMIDBE BID DATE Parker Henderson Road 07/18/19 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 14 % yip 01419 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 'I thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered nonresponsive fo bid specifications. 1.) please list each and every subcontracting -and/or supplier opportunity for the completion of thi49 project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. aadirrona► sneers, ►r n I List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 2110/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the Kids are opened? Yes (if yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid_ opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlor "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (if yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE: The four methods Identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. T;;o Offer+or must docur:ient that either at least two attempts were made using two of the four methods or that at least one successful contact was mare using one of the four methods in order to be deemed responsive to the Good Ealth Effort requirement. *iOTF, The O faror must contact the entire MRF liGt cpPr ifir- to each subcontracting and supplier oppo_tUnity to be in compliance with questions 8 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2110115 ATTACHMENT 1 C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their shill set? Yes (if yes, attach ail copies of quotations.) No 10.) was the contact information on any of the listings not valid? Yes (if yes, attach the information that was not valid in order for the MANBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please Use additional sheets, if necessa , and attach. Compaq7Named Telephone Contact Person Scope of work Reason for Rejection ADDITIONAL_ INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information -regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit andlor examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2/10115 ATTACHMENT 'I C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 'IC will be contacted and the reasons for not using them will be verified by the City's MfWBE Office. Authorized Signature Title McClendon Construction Co., Inc Company Name P.O. Box 999 Address Burleson, TX 76097 CitylStatelZip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 211 Oil 5 FORT WORTH CITY OF FORT WORTH MBE Joint Venture EhgilbilityForm All questions must he answered; use "N/A( " if not applicable. Flame of City project: Parker Henderson Road A joint venture form must be completed on each project UP/Bid/Purchasing Number: 1. ,Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Nan -MBE firm name: — — Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work periormed by the Joint venture: Describe the seobe of work of the MBE: 11 Describe the scope of work of the non -MBE: Rev. 2I10115 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if tliis information is described in joint venture agreement) Profit and Ioss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------------------- b. Marketing and Sales ----------------- ---------------------______--____ c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MIWBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 2110/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of 3 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev. 2/10/15 INTENTIONALLY LEFT BLANK GC-6.07 Wage Rites THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17,27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipforrn Machine Operator $ 15.96 Spreader Box Operator $ 14,73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13,67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11,00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ '11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Gayer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clarnsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the c€assifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 %GC-6.09 PermR'tg and Utllifaeq THIS PAGE CLEFT INTENTIONALLY ]BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0M19 Revised July 1, 2011 NTENTIONALLY LEFT BLANK DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. o. Box 17300 FORT WORTH, TEXAS 76102-0300 May 9, 2018 Regulatory Division SUBJECT: Project Number SWF-2015-00085, Parker -Henderson Road Reconstruction Mr. Mike Weiss City of Fort Worth Transportation & Public Works Department 1000 Throckmorton Street Fort Worth, Texas 76102 Dear Mr. Weiss: This letter is in regard to information received April 25, 2018, concerning a proposal by the City of Fort Worth to reconstruct an existing roadway with improvements located in the city of Fort Worth, Tarrant County, Texas. This project has been assigned Project Number SWF-2015- 00085. Please include this number in all future correspondence concerning this project. Under Section 404 of the Clean'Water Act the U.S. Army Corps -of Engineers (USACE) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. USACE responsibility under Section 10 of the Rivers and Harbors Act of 1899 is to regulate any work in, or affecting, navigable waters of the United States. Based on the description of the proposed work, and other information available to us, we have determined this project will involve activities subject to the requirements of Section 404. We have reviewed this project under the pre -construction notification procedures of Nationwide Permit General Condition 32 (Federal Register, Vol. 82, No. 4, Friday, January 9, 2017). We have determined the discharge of dredged or fill materials into waters of the United States associated with this project appears to qualify for Nationwide Permit 14 for Linear Transportation Projects. To use this permit, the person responsible for the project must ensure the work is in compliance with the specifications and conditions listed on the enclosures. Additionally, all activities must comply with the water quality certification conditions of the Texas Commission on Environmental Quality (TCEQ) located at http:llwww.swf.usace.army.millPortals147/Users/053121/821/NWP%202017°/`2OTexas%20401 c ert. pdf. Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation. Our verification for the construction of this activity under this nationwide permit is valid until March 18, 2022, unless prior to that date the nationwide permit is suspended, revoked, or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, activities that have commenced, or are under contract to commence, in reliance on a nationwide permit will remain authorized provided the activity is completed within 12 months of the date of the nationwide permit's expiration, -2- modification, or revocation, unless discretionary authority has been exercised on.a case -by - case basis to modify, suspend, or revoke the authorization in accordance with 33 CFR 330.4(e) and 33 CFR 330.5(c) or (d). Continued confirmation that an activity complies with the specifications and conditions, and any changes to the nationwide permit, is the responsibility of the permittee. Our review of this project also addressed its effects on threatened and endangered. species. Based on the information provided, we have determined this project )►rill not affect any species Fisted as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area However, please note you are responsible for meeting the requirements of General Condition 18 on endangered species. The permittee must sign and submit to us the enclosed certification that the work, including any proposed mitigation, was completed in compliance with the nationwide permit. The permittee should submit the certification within 30 days of the completion of work. This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of property rights; or any infringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's, water resources. If you have any questions concerning our regulatory program, please refer to our website at http:I/www.swf.usace.army.miI/Missions/Regulatory or contact Mr. Darvin Messer at the address .above or telephone (817) 886-1744. Please help the regulatory program improve its service by completing the survey on the following website: hftp://Corpsmapu.usace.army.mil/cm—apexlf?p=regulatorysurvey Sincerely, Stephen L Brooks IV' Chief, Regulatory Division Enclosures Copy furnished (w/o enclosures): Ms. Amy M. Brook Berg -Oliver Associates, Inc. 1907 Ascension Blvd., Suite 440 Arlington, Texas 76006 NATIONWIDE PERMIT 1.4 Linear Transportation Projects 1;M-ctive Date: March 19, 2017 (NWP Final Notice, 82 FR 4 ) 14. Linear Transportation Projects. Activities required for crossings of waters of the United States associated with the construction, expansion, modification, or improvement of linear transportation projects (e.g., roads, highways, railways, trails, airport runways, and taxiways) in waters of the United States. For linear transportation projects in non -tidal waters, the discharge cannot cause the loss of greater than 1/2-acre of waters of the -United States. For linear transportation projects in tidal waters, the discharge cannot cause the loss of greater than 1/3-acre of waters of the United States. Any stream .channel modification, including bank stabilization, is limited -to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to construct the linear transportation project. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges; including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre - construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. This NWP cannot be used to authorize non -linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings, parking lots, train stations, or aircraft hangars. Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if: (1) the loss of waters of the United States exceeds 1/10-acre; or (2) there is a discharge in a special aquatic site, including wetlands. (See general condition 32.) (&uthorities:- Sections 10 and 404) Note 1: For linear transportation projects crossing a single waterbody more than one time at -separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Linear - transportation projects must comply with 33 CFR 330.6(d). Note 2: Some discharges for the construction of farm roads or forest roads, or temporary roads for moving mining equipment, may qualify for an exemption under section 404(f) of the Clean Water Act (see 33 CFR 323.4). Note 3: For NWP 14 activities that require pre -construction notification, the PCN' must include any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, -including other separate and distant crossings that require. Department of the Array authorization but do not require pre -construction notification (see paragraph (b) of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision." The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see general condition 23). 7. Water SLipply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Im oundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre -construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows; unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within I00-Year Flood lams. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Ec t m nt. Heavy equipment working in wetlands or mudflats must be placed on mats, . or other measures must be taken to minimize soil disturbance. '12. Still Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high We line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within, waters of the United States during periods of low -flow or no -flow, or during low tides. 13. Removal of Tem or Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Pro er Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific. conditions added by the district engineer to an NWP authorization. 15. Sin le and Com fete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component. of the National Wild and Scenic River System, or in a river officidlly designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic u,�TP� Cvctam or inn nfficially desi ffnated by Congress as a "study river" for -possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction, notification (see general condition 32). The district engineer will coordinate the PCT, with the Federal agency vAth direct management responsibility for that river. The permittee shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on- Wild and Scenic Rivers may be.obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., . National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No NWP activity may cause more than minimal adverse effects on tribal rights (including treaty rights), protected tribal resources, or tribal lands. .18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified uncles the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which- "may affect°' a listed species of critical habitat, unless ESA section 7 consultation addressing the effects of the proposed activity has been completed. Direct effects are the immediate effects on listed species and critical habitat caused by the NWP activity. Indirect effects are those effects on listed species and critical habitat that are caused by the NWP activity and are later in time, but still are reasonably certain to occur. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. If pre -construction notification is'required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary.for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species or designated critical habitat -might be affected or is in the vicinity of the activity, or if the -activity -is located in designated critical habitat, and shall not begin work on . the activity until notified by the .district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered -or threatened species or designated critical habitat, the pre -construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed activity or that utilize the designated critical habitat that might be affected by the proposed activity. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non - Federal applicant of the Corps' determination within 45 days of receipt of a complete pre - construction notification: In cases where the non -Federal applicant has identified listed species or critical habitat that might be affected ar is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect" on listed species or critical habitat, or until ESA -section 7 consultation has been completed. If the non -Federal applicant lhas not heard back from the Corps ---.-y!____t �__..�..!-...L�1Y .. ��.... a. -V_s. .....�� ter. �-i r..n -iw.�»� +1 O I "- (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species -specific permit conditions to the NWPs. (e) Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with."incidental take" provisions, etc.) fi-otn the FWS or the NMFS,-the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound„ kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or. injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (i) If the non-federal permittee has a valid ESA section I0(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If _ that coordination results in concurrence from the agency Mat the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre -construction notification whether the ESA section I0(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://Www.fws.gov/ or http://www.fws.gov/ipac and http://wwvv.nmfs.noaa.gov/pr/species/esa/ respectively. 19: Mi ato Birds and Bald and Golden Ea es. The permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald. and Golden Eagle Protection Act. The pertnittee is responsible for contacting appropriate local office of the U.S. Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act. If pre -construction notification is required for the proposed NWP activity, the Federal pertnittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those , mi. _ .,+ boo �PPYI submitted. If the appropriate documentation is not submitted, then additional consultation under ,section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the NVWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre -construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties: Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, ox designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre -construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall deternune whether the proposed NWP-activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified. under 36 CFR 800.2(c) when he or she makes -any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. Where the non -Federal applicant has identified historic properties on which the activity might have the potential to cause effects and so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the.district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. (d) For non-federal permittees,,the district engineer will notify the prospective pernuttee within 45 days of receipt of a coriplete pre -construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non -Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (54 U.S.C.. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with. the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the. circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained .. , "TTT /IFITTTIlI T.-..7;.,., t-,,.Y.. 4T4-1 —Annrytire nn AT nRPO.fe historic properties on tribal lands or affects properties of interest to'those tribes, and other parties known to have -a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have -found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of - Historic Places. 22. Designated. Critical Resource Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such . as outstanding national resource waters or state natural heritage sites, i ie dlstri.ct engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10; 13, 15,18, 19, 22, 23, 2.5, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than -minimal. 23. -Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding,,minimi=ng, rectifying, reducing, or.compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. For wetland losses of 1/10--acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis -that compensatory titigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) For losses of streams or other open waters that require pre -construction notification, the district engineer may require compensatory mitigation to ensure that the activity results in no more than minimal adverse environmental effects, Compensatory satory mutigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult -to -replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP•activities in or near streams or other open waters will. normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. Restored riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a• stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters.exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR park 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in-liteu fee program credits (see 33 CFR 332.3 (b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in - lieu credits are not available at the time the PCN is submitted io the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2) The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(fl). (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation..' (4) If pennitkee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (5) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, Instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits.of the NWPs. For -example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United .States,, even if compensatory .mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NVvTs. (h) Permittees may propose the use of mitigation' banks, in -lieu fee programs, or permittee- responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, -permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, .the "special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the, compensatory mitigation project, and, if required, its long-term management. G) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of.the activity to the no more than minimal level. 24. SgfM of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply'with established state darn safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Qualm, Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe' may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Mara ement. In coastal states where an NW has not previously received a state -coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or, a State may require additional measures to .. .. • . . • _.. _i_._1 ____J.�_ ..1..6.. ........4..� r... a. r• �.r-H�.to.v, LaMf YQlfY 11 Y'A1l'l Pll'�� 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added. by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Wtiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified .acreage limit. For example, if a road crossing over tidat waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss. of waters of the United States for the total project cannot exceed 1/3-acre. : 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to.be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation requirc&by 33 CPR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USACE) federally authorized Civil Works project_(a "USACE project"), the prospective permittee must submit a pre - construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission is not authorized by NWP until the appropriate Corps office issues the section 408 permission to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre -Construction Notification. (a) Timti . Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-constiuction'notification (PCN) as early as possible. The district engineer must determine'if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittec wid- in -that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective pernvttee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either; (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general. condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the peimittee cannot begin the activity until receiving written notification from the Carps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33. CFR 330.4(f)) and/or section, 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has -received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual'permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit .has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s) the prospective permittee wants to use to authorize the proposed activity; (4) A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of -measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general perrnit(s), or .individual pemiit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant. crossings for linear projects that require Department of the Army authorization but do not require pre -construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. For single and complete linear projects, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each'single and complete crossing of those wetlands, other special aquatic sites, and other waters. Sketches should be provided when necessary to show that the activity complies with the terms of the MR. (Sketches usually clarify the aefivity and when provided results in a quicker decision. Sketches should -contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6} If the proposed activity will result in the loss of greater than 1/10-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective pernnittee may submit a conceptual or detailed mitigation plan. (7) For non -Federal permittees, if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the, activity is located in designated critical habitat, the PCN must include the name(s) of those endangered or threatened species that might be affected by theyroposed activity or utilize the designated critical habitat that might be affected by the proposed activity. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non -Federal permittees, if the NWT activity might have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River ,System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and (10) For an activity that requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre -construction notification must include a statement confirthing that the project proponent has submitted a written request for section 408 permission from the Corps office having jurisdiction over that USAGE project. (c) Form of Pre -Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must -clearly indicate that it is an NWP PCN and must include all of the applicable information required in paragraphs (b)(1) through (10) of this general condition. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) AgencyAggggy Coordination: (1) The distriet.engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) ,Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 112-acre of waters of the United States; (ii) NWP 21, 29, 39i 40, 42, 43, 44, 50, 51, and 52 activities that require pre -construction notification and will result in the loss of greater than 300 linear feet of stream bed; (W) NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per winning foot, or involve discharges of dredged or fill material into special aquatic sites; and (iv) NWP 54 activities in excess -of 500 linear feet, or that extend into the waterb6dy more than 30 feet from the mean low water line in tidal waters or. the ordinary high water marl: ir, dhu Great Lakes. (3) When agency coordination is required, the district. engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or -other expeditious manner) a copy of the complete PCN'to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site -specific comments. the comments must explain why the agency believes the. adverse environmental effects will be more than minimal. if so contacted by an agency, the district engineer will wait an additional,15 calendar days before making a decision on the pre -construction notification.. The district engineer will fully consider agency comments received within the . _. - - ., 1 . . A - - - --- "-�' -"- - - .._«il, . 1_ - I. -...a... - -A .+tea— A.+: .ter... of the NWPs, including the need for mitigation to ensure the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in I,he administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard'to life or a . significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be rrzodified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. D. District En ineer's Decision 1. In reviewing the PCN ,for the proposed activity, the district engineer will determine whether the activity authorized by the NWP. will result in more than minimal individual or - cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP, the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he. or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative, adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the individual crossings of waters of the United States to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to - streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51, 52, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. For those NWPs that have a waivable 300 linear foot limit for losses of intermittent and ephemeral stream bed and a 1/2-acre limit (i.e., -NWPs 21, 29, 39, 40, 42143, 44, 50, 51, and 52), the loss of intermittent and ephemeral stream bed, plus any other losses of jurisdictional waters and wetlands, cannot exceed 1/2-acre. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NW.P activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by NWP and whether those cumulative adverse environmental effects are no more than minimal. The -district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to appropriate funef ono l trr condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district- engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10--acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters (e.g., streams). The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal: The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NAP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NAP verification the district engineer deems necessary. Conditions fox compensatory mitigation requirements must comply with -the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure'timely completion of the required compensatory mitigation. If prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN;and determine whether the proposed mitigation would ensure the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity (after consideration of the mitigation proposal) are determined by the district engineer to be no more than minimal, the district engineer will provide a timely written -response to the applicant. The response will state that the NWP activity can proceed under the .terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a) that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual,pu milt; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or (c) that the activity is authorized under the NWP with. specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no .more than minimal adverse environmental effects, the activity will be authorized within the 45-day PCN period (unless additional time is required to comply, with general conditions 18, 20,. and/or 31, or to evaluate PCNs for activities authorized by NAPs 21, 49, and 50), with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they axe no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs. do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. S. NWPs do not authorize interference with any existing or proposed Federal project (see general condition 31.). F. Definitions Best management practices MPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on -surface water quality resulting from development. BMPs are categorized as structural or non-structural., Compensaim mitigation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term. "discharge" means any discharge of dredged. or fill material into waters of the United States. Ecological reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be, restored, enhanced, or established as a result of the proposed NWP 27 activity: An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource -to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource f nction(s). Enhancement does not result in a gain in aquatic resource area. E_nheme;ral stream: An ephemeral stream has flowing water only during, and for a short duration after,. precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (cr_eatia: The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high'tide line may be'determined, 'in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached. by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those. accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure} or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). independent utili : A: test to determine what constitutes a single and complete non -linear project in the Corps Regulatory Program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a inulti-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water fox stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a wawrbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for.an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the acres or linear feet of stream bed that are filled or excavated as a result of the regulated activity: Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. Non -tidal wetlands contiguous to tidal waters are located landward of the high tide. line (i.e., spring high tide line). Open water; For purposes of the NWPs, an open water is any area that in a year with - normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinga- High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations .of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has flowing water year -round -during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream_ flow: Runoff from rainfall is a supplemental source of water for stream flow. 1 Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre -construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre -construction notification may be voluntarily submitted in cases where pre -construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Protected tribal resources: Those natural resources and properties of traditional- or customary religious or cultural importance, either on or off Indian lands, retained by, or reserved by or for, Indian tribes through treaties, statutes, judicial decisions, or executive orders, including tribal trust resources. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re- establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking. net gains in aquatic resource area, restoration is divided into two categories: reestablishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity,,a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non -wetland waters, or, uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seedier: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or.shell fragments (i.e., spat on shell). Suitable substrate shay consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Sin le and com letg linear ro'ect: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The.term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete nonlinear project: For nonlinear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other -association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility"). Single and complete non -linear projects may not be "piecemealed"'to avoid the limits in an NWP authorization. Stormwater mane ement: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and Stortnwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) Of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not r considered part of the stream bed. Stream charinelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channeiized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by Tidal waters. Tidal waters rise- and fall in a predictable and measurable rhythm or cycle due to .the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of -the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal -wetlands are located channelward of the high tide Knee. Tribal lands: Any lands title to which is either: 1) held in trust by the United States' for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. - Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as scagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbod :For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. If a wetland is adjacent to a waterbody determined to be a water of the United States, that waterbody and any adjacent wetlands are considered together as -a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of "waterbodies" include streams, rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19, 2017, and expires on March 18, 2022. found at W://www,swf usace army:mil/Missions/Regulatm.aapx and'. bgp://www.usace.army.mil/Missions/Civil orks/Re Mato_ Progn mandPermits.aspx 2017 NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOIE THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. For all discharges proposed for authorization under Nationwide Permits (NWP) 3, 6, 7, 12, 14, 18, 19, 21, 23, 25, 27, 29, 39, 40, "41, 42, 43, 44, 49, 51, and 52, into the following habitat types or specific areas, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32, Pre -Construction Notification (PCN). The Corps- of Engineers (Corps) will coordinate with the -resource agencies as specified in NWP General Condition 32(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia spp.) and/or sundews (Drosera spp.). b. " - Bald Cypress -Tupelo Swamps: Wetlands dominated by bald cypress (Taxodium disfichum) and/or -water tupelo (NVyssa aquatic). 2. For all activities proposed for authorization under any Nationwide Permit (NWP) at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in -lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the NWP General- Condition 32 - Pre - Construction Notification prior to commencing the activity. 3. For all activities proposed for.authorization under NWP 16, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre -.Construction Notification) and must obtain an individual water quality certification (WQC) from the TCEQ. Work cannot begin under NWP 16 until the applicant has received written approval from the. Corps and WQC. NOTE: For all activities proposing to use equipment that has operated. or been stored in a water body on the Texas list of zebra mussel (Dreissena polymorpha) infected water bodies, equipment should be decontaminated prior to relocation in accordance with Texas Administrative Code, Title 31, Part 2, Chapter 57, Subchapter A. The following decontamination Best Management Practices (BMPs), as a minimum, are indicated: a. Clean: Clean both the inside and outside of equipment and gear, by removing all plants, animals, and mud and thoroughly washing the equipment using a high pressure spray nozzle. b. Drain: Drain all water from receptacles before leaving the area,"including livewells, bilges, ballast, and engine cooling water on boats. c. Dry: Allow time for your equipment to dry completely before relocating in other waters. Equipment should be dried prior to relocation. High temperature pressure washing (greater than or equal to 140F) or professional cleaning may be substituted for drying time. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 1 of 6 1 The following regional condition only applies within the Albuquerque, Fort Worth, and Galveston Districts: 4. For all activities proposed for authorization under Nationwide Permit (NWP) 12 that, involve a discharge of fill material associated with mechanized land clearing of wetlands dominated by native woody shrubs, the applicant shall notify the appropriate District Engineer in'accordance with the NWP General Condition 32 — Pre -Construction Notification prior to commencing the activity. For the purpose of this regional condition, a shrub dominated wetland is characterized by woody vegetation less than 3.0 inches in diameter at breast height but greater than 3.2 feet in height, which covers 20% or more of the area. Woody vines are not included. The following regional conditions apply within the Albuquerque District. 1 5. Nationwide Permit (NWP) 23 —Approved Categorical Exclusions. A pre -construction notification (PCN) to the District Engineer in accordance with General Condition 32 - PCN its required for all proposed activities under NWP 23. -6. Nationwide Permit (NWP) 27 — Aquatic Habitat Restoration, Establishment, and Enhancement Activities. For -all proposed activities under NWP 27 that require pre construction notification, a monitoring plan commensurate with the scale of the proposed restoration project' and the potential for risk to the aquatic environment must be submitted to the Corps. (See "NWP 27 Guidelines" at http://www:spa.usace.army.millMissions/RegulatoryProgramandPermits/NWP.aspx). 7. Channelization. Nationwide Permit (NWP) General Condition 9 for Management of Water Flows is amended to add the following: Projects that would result in permanent channelizatioh to previously un-channelized streams require pre -construction notification to the Albuquerque District Engineer in accordance with NWP General Condition 32 — Pre -Construction Notification. 8. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), pre -construction notification (PCN) to the Albuquerque District Engineer is required in accordance with Nationwide Permit General Condition, 32 - PCN. 9. Springs. For all discharges of dredged or fill material within 100 feet of the point of groundwater discharge of natural springs located in an aquatic resource, a pre - construction notification (PCN) is required to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - PCN. A natural spring is defined as any location where ground water emanates from a point in the ground and has a defined surface water connection to another waters of the United States. For purposes of this regional condition, springs do not include seeps or other groundwater discharges which lack a defined surface water connection. 2017 Nationwide Permit Regional Conditions For The State OF Texas Page 2 of 6 10. SuitableFill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - Pre - Construction Notification along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply only within the Fort Worth District. 11. For all discharges proposed for authorization under all Nationwide Permits (NWP) into the area of Caddo Lake within Texas that is designated as a "Wetland of International Importance". under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32.-- Pre - Construction .Notification (PCN).. The Fort Worth District will coordinate with the resource agencies as specified in NWP General Condition ,32(d) - PCN. 12. Compensatory mitigation is generally required for losses of waters of the United States that exceed 1 /10 acre and/or for all losses to streams that exceed 300 linear feet. Loss is defined in Section F of the Nationwide Permits (NWP). Mitigation thresholds are cumulative irrespective of aquatic resource type at each single and complete crossing. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures'and processes. The applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. 13. For all activities proposed for authorization under Nationwide Permits (NWP) 12, 1.4 and/or 33 that involve a temporary discharge of fill material into 1/2 acre or more of emergent wetland OR 1/10 acre of scrub-shrub/forested wetland, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. . 14. For all discharges proposed for authorization under Nationwide Permits (NWP) 51 and 52, the Fort Worth District will provide the pre -construction notification (PCN) to the U.S. Fish and Wildlife Service as specified in NWP General Condition 32(d)(2) - PCN for its review and comments. . The following regional conditions apply only within the Galveston District. 15. No Nationwide Permits (N'WP), except NWP 3, shall be used to authorize discharges into the habitat types or specific areas listed in paragraphs a through c, below. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity under NWP 3. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page I of 6 a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marshes are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp., Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States_ c. Columbia Bottomlands. For the purpose of this regional condition, Columbia bottomiarids are'defined as waters of the United States that are dominated by bottomland hardwoods in the Lower Brazos and San Bernard River basins identified in the 1997 Memorandum of Agreement between the U.S. Environmental Protection Agency, U.S. Fish and Wildlife Service, Natural Resource Conservation Service, and Texas Parks'and Wildlife Department for bottorriland hardwoods in Brazoria County. (For ,further information, see hft ://www.sw .usace.arm .mil/Business-With- Us/Regulatory/Permits/Nationwide-General-Permitsl) 16. A Compensatory Mitigation Plan is required for all special aquatic site losses, as defined in Section F of the Nationwide Permits (NWP), that exceed 1110 acre and/or for all losses to streams that exceed 200 linear feet. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. 17. For all seismic testing activities proposed for authorization under Nationwide Permit (NWP) 6, the applicant shall notify the Galveston District. Engineer in accordance with the. NWP General Condition 32 - Pre -Construction Notification (PCN). The PCN must state the time period for which the temporary fill is proposed, and must include a. restoration plan for the special aquatic sites.. For seismic testing under NWP 6 within the Cowardin Marine System, Subtidal Subsystem; as defined by the U.S. Fish and Wildlife Service, Classification of Wetlands and Deepwater Habitats of the United States, December 1979/Reprinted 1992, the Corps will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 18. For all activities proposed under Nationwide Permits (NWP) 10 and 11 located in vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 -- Pre -Construction Notification. Examples include, but are not Limited to: seagrass beds, oyster reefs, and coral reefs. 19. Nationwide Permit 12 shall not be used to authorize discharges within 500 feet of vegetated shallows and .coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 2017 Nationwide Permit Regional Conditions for The Skate Of Texas Page 4 of 6 20. For all activities proposed for authorization under Nationwide Permit 12 that involve underground placement below a non -navigable river bed and/or perennial stream bed there shall a minimum cover of 48 inches (1,219 millimeters) of soil below the river and/or perennial stream thalweg. 21. For all discharges and work proposed.below the high tide line under Nationwide Permits (NWP) 14 and 18, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition-32 -- Pre -Construction Notification (PCN). The Galveston District will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 22. For all activities proposed for authorization under Nationwide Permit (NWP) 33 the applicant shall notify the Galveston District Engineer -in accordance with the NWP ' General Condition 32'— Pre -Construction Notification (PCN). The PCN must include a restoration plan showing how all'temporary fills and structures will be removed and the area .restored to pre -project conditions. Activities causing the temporary loss, as defined in Section F of the NWPs, of more than 0.5 acres of tidal waters and/or 200 linear feet of stream wili be coordinated with the agencies in accordance with NWP General Condition 32(d) - PCN. 23. No Nationwide Permits (NWP), except NWPs 3, 16, 20, 22, 37, shall be used to .authorize discharges, structures, and/or fill within the standard setback and high hazard zones of'the Sabine -Neches Waterway as defined in the Standard Operating Procedure - Permit Setbacks along the Sabine -Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 - Pre - Construction Notification for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine -Neches Waterway. 24. No. Nationwide Permits (NWP), except 20, 22, and 37, shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure-- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 (Pre -Construction Notification) -for all discharges, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 25. 'The use of Nationwide Permits in the San Jacinto River Waste Pits Area of Concern are revoked, (For further information, see http,//www.swcl.usace.army.mil/Business-With-Us/Regulatorv!Permits/N ationwidez General -Permits]) 26. The use of Nationwide Permits 51 and 52 are revoked within the Galveston District boundaries. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 5 of 6 27. Nationwide Permit (NWP) 53 pre -construction notifications will be coordinated with resource agencies as specified in NWP General Condition 32(d) -- Pre -construction Notification. 28. For all activities proposed under Nationwide Permits (NWP) 21, 29, 39, 40, 42, 43, 44, and 50 that result in greater than 300 feet of loss in intermittent and/or ephemeral streams, as defined in Section F of the NWPs, require evaluation under an Individual Permit. The following regional conditions apply only within the Tulsa District. 29. Upland Disposal: Except where authorized by Nationwide Permit 16, material disposed of in uplands shall be placed in a location and manner that prevents discharge of the material and/or return water into waters or wetlands unless otherwise authorized by the Tulsa District Engineer. 30, Major Rivers: The prospective permittee shall notify the Tulsa District Engineer for. all Nationwide Permit 14 verifications which cross major rivers within Tulsa District. For the purposes of this condition, major rivers include the following: Canadian River, Prairie Dog -Town Fork of the Red River, and Red River. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 6 of 6 PERMIT COMPLIANCE CERTIFICATION U.S.'Army Corps of Engineers Project Number: SWF-2015-00085; NWP 14 Name of Permittee: City of Fort Worth Transportation & Public Works -Department Date of Issuance: 05/09/2018 Upon completion of the activity authorized by this permit and any. mitigation required by the permit, sign this certification and return it to the followirig address: Regulatory Division CESWF-DE-R U.S. Army Corps of Engineers P.O. Box 17300 Fort Worth, Texas 75102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension, modification, or revocation. I hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit, and required mitigation was'completed in accordance with the permit conditions: Signature of Permittee Date INTENTIONALLY LEFT BLANK September 10, 2019 Ms. Lisa Deitemeyer Bridgefarmer & Associates, Inc. 2350 Valley View Lane Dallas, TX 75234 Sent via email: deitemeyer@bridgefarmer.com Dear Ms. Deitemeyer, This letter permits you and/or your representative to remove 68 trees from the parkway located at Parker Henderson Road, per the attached plans. Your mitigation requirement is 118 inches to be planted onsite for the gas well buffer and must be completed before final inspection. The following trees are prohibited on city parkways: Ash Hackberry Bradford pear Mimosa Cottonwood Mulberry Siberian elm Willow Silver maple Sycamore You are responsible for making sure the removal and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additional approval needed from any PID, TIF or Design Review Board that may govern in your area. If I can be of any finther assistance please contact me at 817 392 5738. Sincerely, Z—� ;L Rustin Stephens, City Forester Park & Recreation Department c: file PARK & RECREATION DEPARTMENT City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499 (817)-392-5700(PARK) Fax (817)-392-5724 Application for Tree Removal Permit Submit to On City of Fort Worth Property City Forester Including parkways and medians 4200 South Freeway Suite 2200 Fort Worth, TX 76111 CitvTreePermitsnfortworthtexas.gov _ Section 1- Ape licant Inforrniatioii ,Applicant/contractor Brid efarmer & Associates, Inc. Contact Name Lisa Deiteme er, F.E. Title Project Manager _ Street Address 2350 Valley View Lane city Dallas State Texas . Zip Code 75234 Phone 972-231-8800 Fax 972-231-5900 Email address deiteme er brid efarmencom Section 2- Location Location address Parllcer Henderson Road Business/Residence Project Right -of -Way Sta 15+00 thru Sta 62+00 Name of Business Not Applicable(City of Fort Worth Ri t-of-Wa Attach site plan drawn to scale showing location of all trees by size (DBH) and species to be removed, and any existing man made features. Site plan should also include layer demonstrating why trees must be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north arrow, scale, City Trees to remain on site, any proposed planting on city property and planting details along with method of waterinia. — Section 3- Mitigation Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of location. All other trees less than 30" in DBH permitted for removal must be mitigated on an inch per inch basis. Trees 30" DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other public land. They must be watered and maintained until established or a minimum of 2 years. If mitigation on site is not possible or desirable, mitigation into the tree fiind can be made in the amount of $200 per inch not planted. Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made at time of permit. A tree planting permit will be issued for trees to be planted on City property at the same time as the tree removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see attached). Trees Prohibited on the Parkway *and median). oes not pertain to other City owned property Hackbe * Sycamore* Silver Maple* Mulbe Siberian Elm* Mimosa* Arizona Ash* Cottonwood* Willow* Bradford Pear 6- oid ellines for L.c.a.1ndscaping in Parkway Public Open Space Easement (P.®.S.E.) Public Open Space Easement .01 o� Property Line + )anted in this at. -ea Cu. Public Street Ri htvot-wray A 20-foot by 20-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 'I0-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, walks, signs, trees, shrubs, cars, trucks, etc., in the public open space easement as shown on the illustration. Landscaping in Parkways ® A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. 0 A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. A large tree shall be defined as a species that reach a height of 50 feet at maturity. . In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. s All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. ® Trees planted under power lines will be a species that reaches a height of 30' or less upon maturity. 40 Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. Planting trees or shrubs on any public property requires a permit from Parks and Community Services and can be obtained by calling the City Forester at 817-392-5738. The following trees are prohibited on city parkways: hackberry (Celtis sp.), sycamore (Platanus occidentalis), silver maple (Ater saccharinum), mulberry (Morus ,sp.), Siberian elm (Ulnzus pumila), mimosa (Albizia julibrissin), Arizona ash (Fraxinus velutina), cottonwood (Populus deltoids), willow (Salix sp.), Bradford pear (Pyrus calleryana) or any species of tree, shrub vine or grasses listed in the Nonnative Invasive Plants of Southern Forests published by United State Department of Agriculture Forest Service. c c o 0 V .N V, In .E E as m � m z z a w w a a a a w w a s .� [/1 Vf Vf lA Vf 4/1 Vl V1 U1 V> a a a w a a w w w w w 3 3 3 33: 3 3 3�: 0 0 0 Ln w Vf w V1 VI VI CA tl6 t111 w w h0 w w7 w to bA to D d D O t] C7 Q O O 4- 4- 4- 4-- 4- 4- � 4- � 1F-�O 4-�A w a di w a Q is u u m s a rr 0• 0- w a w w a w w a w a s 0 0 0 0 0 0 Q 0 A 0.0 m m m m m m m m are tin an +w w wo wo txa wo w 0 V] V} 0 cn 0 VI VI VI VI VI w w 0 0 0 0 03�: 0 0 0 0 3: 3: •�0 a 0 0 0 0 0 0 0 0 0 0 W W W0�a00a0!�00 oWW O� C of ac w = oC cr- ©- w c� W = w - -0 -0 -D -0 -0 w aC r: -0 aC oc w -0 -0 a a ws 0 w" W wa w w w w� tin un as w w a w al an w w N w On to a a a r_ c Q1 °J 0 0 0 0 a 0 a c 0 c a 0 0 0 + Y + s+ +� +� + +, +� +� ++ m m CL _ d Q Q D_ ++ az � Q + i+ a+ G] Q S] cn L A cn in an y sn cn to 'iX ? d D O O p �n in in AIn In `n X m iC X X X X X X X St X L L i s c L L X iC X L X X ;2 X L 11,10101 0 W d W W W W W W W W LLJ Ui W d a- d d a tZ 0- LU W liJ a- W LU W d d d W a► a a L L L lL... �C .Y �C i' .]C C �G Y ..•u ..mIle Y X y 97 w -0 w a a m cu m m co m to cu m cu m m m Q Q O 0 Q A A 0 0 Q D 0 U QJ Y U Y U 1C {,I �C U E , V7 , to d-+ V! Vl t 4 � 0 +1 Vl Y cn v Vl +j Vi Y LA w +1 VI g cu � to . {! m ut cn vi A O Q d A O b O b b CA D VS U T i! , M S W Q Q W Q W d d a., n. a. cL d a a d J Q LU W w O. W l0 N � tb N CKI 00 O N I� N 00 OD O C] N Op t0 i� Q 01 N OQ CD l0 lD N 00 v �-•! W a E la r_ L. a O O O O O O O 03:3: 3: O O O O o O 3: 3: �: 3: 3 O O O 0 0 0 0 0 0 of wcr-- W W 0 0 O O 0 0 0 0 0 0 0 w = = w Q:� cr- o• w w m -a -0 -a m w w w w m = 0� = = = = W nn tin an w aj w w w w iu al. tw tua nc1 e0 cn w w w w w w M W M= W M tin M w Ito to un O c W 0 0 N 0 h 0 N 0 (A 0 N O N D O C: c c c Ln 0 tn 0 N 0 ul O N O O O c c ul O c O Cl Cl Q CE Q Q � - :�-+ - -A ++ +1 CL CL. C1. CL CL 4- 4+ '1 4- Cl 4N N w N E , E a � v�i c�_n O O 0 0 0 a 0 O �n v> �n +n cn 4n O 0 0 0 O- cn cn �n T O 1n v� •X +n •X � •X •X •X en •X L L L L L L L L X X X X X X L L L L L X X X X L X 1 i lL1 w a cL L cL a s cL cL w w w w w w a o n o o w w w w Ll w w w w w w w ❑ CL CL n a o. a. CL CL CL +_� +� w +� w N Y 00 w a cn O a o a� X _Sf L -Y Y .1 1� 3C �• Y 1 -V -M -G -V .M -M he .aC � M ca w m m m m m E m m m m m m m m m m m m w w w w a a 0 a o 0 0 0 w O 0 0 0 0 0 0 0 o O O O .n .a -0 -0 .a -0 -Y -1-+ Y -Y ++ ++ � a--r 4+ Ci. •W +Y 41 4• � 4• ++ 4i a-+ 41 •i•-' +1 Y U Y Y Y Y �C E E E Vf Vf m U to N to ;A N � vl vl � vl vl En VI N o � -� m vl H N m U m U (4 (:] m U m � U m lit w w O a O a. O m = 0 CL 0 cL 0 a. 0 a O a_ L U O o_ O � 010 d- cL O o. O o. 0 o_ a a. 0 a- !!1 Q O 0 a. 0 a. d a S z I- to 00 W N 00 CO N N l0 00 00 00 00 00 C(3 00 O N N d 00 [p 00 O 00 lfl l0 lD lO CO r-1 r-i N r-1 ri r-i r-I r-i r-i N N e-4 r-i r-i r-i H r-1 r I r-1 rd r-! c--1 r-i e--i N 0 0 0 0 cc cc w rr w +1 4� x 'x 'x 'x w w w u.r L L L L L .SL L u n u m to O m = z d z W QD m Lo ,It 00 00 om0 Q 13 m Q E tn o E z ea E d � S P Z � � S S Ems-• z w� to � O w '� a W _ O� ra i-i � OO m �Ao F wj 6 w w a F en cn �G— W � as �zo £3• .Z QO E-F O O a >v e z o LU� o s• asp 2 �a N �4vs LL tie W Rz ti u zc� s 444Q "�{'� otaqq fM! — 09+91 ViS 3Nfl H:)ldW o, Jib Ji I I I 9`ikls3AI l c r =r I I re \ I ` EE I ¢ Oa xaxvw-- _ ! IRM if 1 -A —�� Jr iti �i r�.e 0D¢£Z VIS 3NIl HDIVW 1 L! f!� I i. I I l I i ;Iw IF �Iu I� 'I I �I° �FYi S�^rvl d1 � Y Wp s6 I I L i I' _ � I LI,l I I I 1 1 I I ( � I our- 31US3dn �-`-r- ' I 09+91 VIS 3Nl HOLM U" z_= Fx 0 52 z pL Iu F w Jn W1 LL Cx m� e 4444 _6,R 9_1G r_4 Ob+LZ VLS 3NI-I H3iVW f f` I 09+L£ VLS ' f '1 ! I' I yIvl ] 1C,.. I � ice.- I � l� I -• 3 ¢ 1 1 n r 6'1 d' 1' Qwf Y, I IIIIp- 1 A _I I 1 d CL co 0 N I 1 , � • - —1 I �i l �I- i i �a �N r _ _ ; q 1 A�' 1S OMpVdVifd`I --CD-'- - 1 I I —n ?1a 3ab82131. d'W I or -�l Id 00+U VLS 3NIl HOLVW has ---t - II I I ' I � I � 1 1 - = 01,+LZ VLS 3NI-I 143LVW .. - tIV I 1)1 N1 I.N lMI I N.MFI 11t1 IIM VA N O 4F_• r = 4 >-7_ OF° �a g ¢ lY 0 a w w o P0 vl LFJ cal s �> Ciz� O E p0 hW Ij O 7a az L!1LLI �` °7� C, N cti ;"x~ O C P. zw 'it �,a 44a4 a!W>� lip 80+c tl1S JN 1 �..�.- � JL - i A -- a 1 H -^_ 0b,+Ut+ V1S I ulI HDIVW lid OIAVQ i _a I ' Lq I fr f•�/ / �! VI q 4 ! ff IF of I I f ,!, � J , � , I II ! rJ I o � 0La 11� l l Wi In � 1 'I Zs� I•1 ]C �1O- all l�rl ! Il I III f �l H I .'. . I I -..I r,.III U of - 1 1I1 0$+L£ ViS 3VI1 H3XVW 00+5£ VIS 3 I H3.LVW J ", V .La hl I MA 9U UN, .1'lW AM"U jmldJ'NVW uvuurcuZ)uaunart ZIUAW r� I� u z- 'dIS All H VW If `I� JJ I I 06 Iy l� t fl g, I I I of I i ,n � I I W i I a Ic II w l II x 11 I Ld I II 111 Il U -Ul T9 w� C:0 a nwo o W o 114 z o �nll{ LL V-A 1�P O17*OV ViS 3NO1 p DIVW U -Ul T9 w� C:0 a nwo o W o 114 z o �nll{ LL V-A 1�P O17*OV ViS 3NO1 p DIVW O17*OV ViS 3NO1 p DIVW ]Pii'I uYVLL LLJG"Y YP/SL'X v , wr r r a I ' I � f I a � VIA , I �. Ll f x Vti— I �r 3NII HDlb'W .hall lJ'1 nw.cwc al [al .+.�vi U1tlLH�IVVW UVVIl MublidLU% in ad_azlVd Ell � rro w p4 Lu '�+ W D O w 01 zc F F°l`�' 3 of LLI dim O 0 Q tl o oti 54 RE pz �0 :.� UffW U zU z44 'M v a a {- Q4r.4/ 6, a 3 � �rj g- , o vial �j i I I j I as Tb lids Mol7IM = I H I �w 1 ill ' I F.I --- H I{ Mp SONINdS MO']-IM c� '''I -- t i I I so I f x�a �yWM I N� 1 I I' CWC I � e!r H as w �.IJaw �a a I ` II � I 00+9(j VIS 3NI'i HOIVW I l i ! I I �l I' rl i Y I ^Wo al 2 1 W I� a = If 1 � CL , re CL Vian i i i v 1� l II 1 �— J0. I 1 �I !'�- {y Axw I it JR Ir b1S 3NI'I HDIVW 09f£g d1S 3NI'I HOlVW 1 1S SI113H'3 I —Ti 1/ o'I I N ZLd N 2 1 ,I I fti j 1 I� 1 'I �ryo} o 1 IS 9003d j � I e 11 'I VIS All HDiVW it N m-w APPLICATION FOR FLOO®PLAIN DEVELOPMENT PERMIT Date 05/24/2019 .same of Owner or Applicant Bridgefarmer & Associates, Inc. 'Telephone No. 972-231-8800 Address of Owner 2350 I (alley View -Lane Nearest Stream Dallas, TX 75234 Prairie Dog Greek Location of Permit Area (Address or Legal Description) The limits of the proposed roadway project are from Mansfield Highway (BUS 287) to E. Kellis Street. The floodplain is located at Prairie Dog Park on Parker Henderson Road. PURPOSE OF REQUEST: ®Excavation OF'llling DDredging or Mining PLEASE TYPE Permit No. Office Use Only ®Approved NApproved With E]Denled'{ Conditions Date In: Date Out: Processed BY: �' Approved B . ®Utility Construction ® Building Permit [*� 1 Grading Paving []Drilling Operations W1 Other storm drain BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet it needed) Pre -project and post -project hydraulic models and analyses were performed for the proposed roadway. No adverse impact is expected as a result of the proposed project for a 100-year event. COMPLETE APPLICABLE QUESTIONS: 4. Total drainage area of watercourse By others acres. 2. Regulatory flood elev. WINat available. 3. Has site previously flooded? 0 Yes E]No 4. Is site subject to flooding? Oyes ❑ No u. Is safe access available during times of Hood? ❑ Yes © No ® unknown 6. Is the proposal within the designated floodway? L] Yes ❑ No ®Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?V] None Required [Yes ❑No (if no, explain, if yes, provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 9 . Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (including basement) of all proposed structures. S. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth In Section 7-347, Sub -Section b, Ordinance No. 41anA DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not PROPOSAL: Yes No Available 1. Reduce ca act of channels/floodwa s/watercourse in floodplain area? ❑ 21 El 2. Measurabl increase flood flowslhei hts/darns a on off -site ro erties? ❑ ® I ❑ 3. Individually or combined with other existing or anticipated development expose adjacent ❑ ❑ properties to adverse flood effects? Increase velocities/volumes of flood waters sufficiently to create significant erosion of ❑ ❑ ❑ floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ I� I �1 ❑ !❑� ❑ 6. Provide compensatory storage for an measurable toss of flood storage ca acit ? I, I I~LOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 12. 1995. This permit is required for all development taking place within the area of the 100-year flood plain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street, Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. f further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. 1 understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission. of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED Br. [0 FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS D OTHER FEMA INS. ZONE tt\C FEMA MAP NO. Lk%A3 C-ME0 FLOOD ELEV. QkS GROUND ELEVNay"(S FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV, CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL** t�W�1 Yie LO N1�. � k ' Cov�S�C,� i dye THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON WAGE 9 ABOVE GC-6.24 Nend IwriminaVon THIS PAGE LEFT INTENTTONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01414 Revised July 1, 2011 INTENTIONALLY LEFT BLANK GR-01 60 00 Product Requirements 71H HS FAG E LEFT RNT ENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 INTENTIONALLY LEFT BLANK High Sierrz lE�ectronlocs, Inca quotation for removal ®f the City ®f ]Fort Worth's Advance Warning System (AWS) Devices 7IH ES FACE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Parker Henderson Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01419 Revised July 1, 2011 High Sierra Electronics, Inc. 155 Spring Hill Drive, Suite 106 Grass Valley, California 95945-5929 Ph: 800-275-2080 Ph: 530-273-2080 Fx: 530-273-2089 wuota io Date Quote # 1/14/2015 150127 TPW _ Stormwater Mgmt Div. Attn: Timothy Royer PSB, Rm G-14B 1000 Throckmorton St. Quote Valid Fort Worth, TX 76102 60 Days TERMS FOB Phone: Fax: Rep Est. Ship Net 30 Grass Valley (817) 392-6329 SS To be Advised ITEM# MODEL# DESCRIPTION QTY PRICE TOTAL Parker Henderson Removal and Storage 1.0 Service Removal and Storage of Parker Henderson Site by 12 115.00 1,380.00 2 HSE Field Technicians. 1. Removal and storage of Master Gauging Station 1700 at 5100 Parker Henderson Road. 2. Removal and storage of Flashers 1710 Suthbound and 1720 Northbound at 5100 Parker Henderson Road. (cost per hour) By ordering, receiving, or accepting HSE provided products anal/or services, Buyer agrees to TOTAL $ 1,380.00 these General Terms and Conditions of Sale incorporated by reference and available on our website at: www.highsici— aclectronies.com/dowaload/F8602-A TeimsAndConditions.pdf.